Loading...
Agenda 07/14/2020 Item #16G 5 (6th Amendment to Agreement #16-6561 w/Atkins North America, Inc.)16.G.5 07/14/2020 EXECUTIVE SUMMARY Recommendation to approve the Sixth Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Airport Terminal," with Atkins North America, Inc., to extend the schedule an additional one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $154,894 for engineering services during construction. OBJECTIVE: To maintain engineering and inspection services throughout the duration of the construction of the new general aviation terminal and associated infrastructure at the Marco Island Executive Airport ("MKY"). CONSIDERATIONS: On April 5, 2016, staff issued Request For Proposal No. 16-6561 in accordance with Florida Statute 287.055, the Consultant's Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016 (Agenda Item 14A1), the Board awarded Agreement No. 16-6561 (the "Agreement") to Atkins North America, Inc. (hereafter, "Atkins"). On March 13, 2018 (Agenda Item 16G2), the Board approved the First Amendment to the Agreement for construction engineering and inspection ("CEI") services necessary to support various landside construction elements of this project. On May 14, 2019 (Agenda Item 16G2), the Board approved the Second Amendment to the Agreement for CEI services necessary to support construction of the airside improvements. On July 9, 2019 (Agenda Item 16G2), the Board approved the Third Amendment to the Agreement to extend the schedule one hundred eighty (180) days and increase the fee associated with the extended schedule for CEI services associated with the landside improvements. On November 12, 2019 (Agenda Item 16G1), the Board approved the Fourth Amendment to the Agreement to add CEI services associated with Bid Alternates 1 and 2 for the airside improvements. On January 28, 2020 (Agenda Item 16G1), the Board approved the Fifth Amendment to the Agreement to extend the schedule one hundred eighty (180) days and increase the fee associated with the extended schedule for CEI services associated with the landside improvements. Although the County is working with its contractor, West Construction, Inc. (Agreement No. 18-7240, approved by the Board on February 13, 2018, Agenda Item 14A1) in an attempt to accelerate construction activities while mitigating further delays, construction of the terminal continues to fall further behind schedule due to circumstances beyond the County and engineer's control. As of June 15, 2020, construction was approximately 84% complete, with building finishes, painting, sitework, landscaping, and punch/closeout remaining. Barring any unforeseen circumstances, and per the contractor's latest schedule, it is expected the project will reach substantial completion by September 2020. The approval of this Sixth Amendment to the Agreement is necessary to maintain the proper CEI services in place for the duration of construction and allow for the payment of the proportionate fees commensurate with providing these services during the extended schedule. This Amendment extends the schedule an additional one hundred eighty (180) days to January 31, 2021, and increases the agreement Packet Pg. 2845 07/14/2020 16.G.5 $154,894.00 from 1,278,811.50 to $1,433,705.50, or an increase of 12.11%, which equates to approximately $860.52 per day of extended services, whereas the original scope and fee for CEI services equated to approximately $1,896.23 per day. Therefore, the added cost is fair and reasonable, as Atkins and the County's project management staff have employed a conservative, yet responsible approach to ensuring the project is administered successfully in accordance with the approved plans and specifications. FISCAL IMPACT: Funding for this Amendment is available within Airport Capital Fund 496, Project 33484. Ultimately, it is expected that such incremental costs will be recovered through liquidated damages the County is entitled to assess against West Construction, Inc. in accordance with the terms of the Agreement. GROWTH IMPACT: There is no growth impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve the Sixth Amendment to Agreement No. 16-6561 with Atkins North America, Inc., to extend the schedule one hundred eighty (180) days, increase the Agreement $154,894 from $1,278,811.50 to $1,433,705.50 and authorize the Chairman to sign the attached Amendment. Prepared by: Justin Lobb, Airport Manager, Airport Authority ATTACHMENT(S) 1. 16-6561 Amendment 6 Marco Executive Airport _VendorSigned (PDF) 2. [Linked] 16-6561 Atkins_ Contract (PDF) 3. [LinkedX] 16-6561 Atkins _Amend l_Exec (PDF) 4. [LinkedX] 16-6561 AtkinsNorthAmerica Amend#2_Contract (PDF) 5. [LinkedX] 16-6561 Atkins _Amend#3_Contract (PDF) 6. [LinkedX] 16-6561 Atkins North America _Amend#4 FullyExec (PDF) 7. [LinkedX] 16-6561 AtkinsNorthAmerica_Amend#5_ FullyExecuted (PDF) 8. 16-6561 Atkins_InsuranceRenewal_6-17-20 (PDF) Packet Pg. 2846 16.G.5 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.5 Doe ID: 12646 Item Summary: Recommendation to approve the Sixth Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Airport Terminal," with Atkins North America, Inc., to extend the schedule an additional one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $154,894 for engineering services during construction. Meeting Date: 07/14/2020 Prepared by: Title: Operations Coordinator — Airport Authority Name: Debra Brueggeman 06/17/2020 12:50 PM Submitted by: Title: Division Director - Operations Support — Growth Management Department Name: Gene Shue 06/17/2020 12:50 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sandra Herrera Additional Reviewer Procurement Services Sue Zimmerman Additional Reviewer Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Growth Management Operations Support Christopher Johnson Airport Authority Justin Lobb Additional Reviewer Growth Management Department Gene Shue Additional Reviewer Growth Management Department Judy Puig Level 1 Reviewer Growth Management Department Debra Brueggeman Deputy Department Head Review Growth Management Department Thaddeus Cohen Department Head Review Grants Erica Robinson Level 2 Grants Review Grants Carrie Kurutz Additional Reviewer County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Zautcke Additional Reviewer Completed 06/17/2020 1:41 PM Completed 06/17/2020 3:44 PM Completed 06/17/2020 10:48 PM Additional Reviewer Completed Additional Reviewer Completed Completed 06/18/2020 4:52 PM Completed 06/22/2020 11:28 AM Completed 06/22/2020 4:13 PM Skipped 06/12/2020 12:45 PM Completed 06/22/2020 4:45 PM Completed 06/23/2020 10:11 AM Completed 06/26/2020 4:47 PM Completed 06/27/2020 3:22 PM Completed 06/29/2020 8:31 AM Completed 06/29/2020 8:38 AM Completed 06/30/2020 9:50 AM Packet Pg. 2847 16.G.5 Grants Therese Stanley Additional Reviewer County Manager's Office Nick Casalanguida Level 4 County Manager Review Board of County Commissioners Mary,lo Brock Meeting Pending 07/14/2020 Completed 07/02/2020 1:46 PM Completed 07/05/2020 8:18 PM 07/14/2020 9:00 AM Packet Pg. 2848 16.G.5.a SIXTH AMENDMENT TO AGREEMENT #16-6661 FOR "DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL" THIS SIXTH AMENDMENT, made and entered into on this day of 2020, by and between Atkins North America, Inc., authorized to do business in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607 (the "Consultant"), and Collier County, a political subdivision of the State of Florida (the "County")(collectively, the "Parties"). WHEREAS, on September 27, 2016 (Agenda Item 14.A.1), the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal," which included the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2, with a contract award in the amount of $1,209,298; and WHEREAS, on March 13, 2018 (Agenda Item 16.G.2), the Board approved Amendment 1 to the Agreement to obtain engineering and inspection services during construction concerning the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1) in the amount of $919,74; and WHEREAS, on May 14, 2019 (Agenda Item 16.G.2), the Board approved Amendment 2 to the Agreement to incorporate, Post Design and Inspection Services, as originally contemplated in Request for Proposal #16-6561, for the Apron Expansion and Airfield Safety Improvements -- Part 2; and WHEREAS, on July 9, 2019 (Agenda Item 16.G.2), the Board approved Amendment 3 to the Agreement to extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $211,976 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1); and WHEREAS, on November 12, 2019 (Agenda Item 16.G.1), the Board approved Amendment 4 to the Agreement to add Post Design and Inspection Services for Bid Alternates 1 and 2 for the Apron Expansion and Airfield Safety Improvements — Part 1; and WHEREAS, on January 28, 2020 (Agenda Item 16.G.1), the Board approved Amendment 5 to the Agreement to extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $147,162 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1; and WHEREAS, the Parties desire to further amend the Agreement to extend the schedule an additional one hundred eighty (180) days to coincide with the extended construction schedule and increase the fee associated with the extended schedule by Page 1 of 13 Sixth Amendment to A "Design Services for the Marco lslandExecutive Airport (M Packet Pg. 2849 16.G.5.a $154,894 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1). NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: 1. The additional services shall be provided in accordance with the attached Schedule A1-6 — Scope of Services, which is hereby incorporated into the Agreement. 2. The fees for the additional services outlined in Schedule Al-6 — Scope of Services shall be in accordance with Schedule 81-6, attached hereto and incorporated into the Agreement. 3. Schedule C1-6 Project Milestone Schedule is attached hereto and incorporated into the Agreement. 4. Schedule F1-6 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement. All other terms and conditions of the agreement shall remain in force. (SIGNATURE PAGE TO FOLLOW) **""Remainder of page intentionally left blank`***** Page 2 of 13 Sixth Amendment toA packet P 2850 "Design Services for the Marco Island Executive Airport (M g 16.G.5.a IN WITNESS WHEREOF, the Parties have executed this Sixth Amendment on the date and year first written above by an authorized person or agent. Crystal K. Kinzel, Clerk of Courts and Comptroller M Consultant's First Witness: Bv�)110 JA Print blame , Deputy Clerk Consultant's Second Witness: A - By: TeNk Prinl Name Approved as to form and legality - Scott R. Teach Deputy County Attorney BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: BURT L. SAUNDERS, Chairman CONSULTANT: Atkins No h Amer' a c. By: - Page 3 of 13 Darin R. Larson, Vice President Print Name and Title 0 t 0 a L a x w 0 0 L CM G r c� G M c� G Q r ui r V Q Sixth Amendment to Agreement E18di681 �► "Design Services for the Memo Island Executive Airport (M Packet Pg. 2851 16.G.5.a Amendment 6 to Contract #16-6561 "Design and Related Services for the Marco Island Executive Airport (MKY)" New Terminal Facility and Associated Landside Improvements SCHEDULE A1-6 SCOPE OF SERVICES This scope of services covers an additional six (6) months of construction phase services required for the New Terminal Facility and Associated Landside Improvements. Project Descri Lion Under task authorization Amendment 1 to Contract #16-6561, Atkins (CONSULTANT) drafted a scope of services to define the effort necessary to accomplish the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY. This task consisted of providing professional services for the administration and technical support during construction, and the preparation of closeout documents and record drawings. In addition, Atkins provided resident project representative (RPR) services for the majority of the construction contract duration. The contract documents allowed 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. At the end of April 2019, the 365 calendar days included in the contract with West Construction expired. Under task authorization Amendment 2 to Contract #16-6561, the CONSULTANT drafted a scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY for an additional six (6) months through the end of October 2019. Under task authorization Amendment 3 to Contract #16-6561, the CONSULTANT drafted a scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY for an additional six (6) months through the end of April 2020. As of May 1, 2020, the project is approximately seventy-five (75) percent complete. At the request of the COUNTY, the CONSULTANT has drafted this scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY for an additional six (6) months. This will consist of providing additional professional services for the administration and technical support during construction. In addition, Atkins will provide resident project representative (RPR) services for the majority of the additional six (6) months of construction. Sco e For the purposes of scope definition and CONSULTANT fee development, the work has been divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the CONSULTANT. These tasks will begin once the COUNTY provides the CONSULTANT with a written Notice to Proceed. Task 1: Project Administration and Coordination a Page 4 of 13 ��3 Sixth endmeMtoA Packet Pg. 2852 "peaExecut ign Services for the Marco Island Executive Airport (M 16.G.5.a This task involves the additional internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders as required due to the time extension. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY advised of the work progress, schedule, and anticipated review dates and coordinate necessary revisions. The PM will be the CONSULTANT's main point of contact and will be responsible for ensuring that the project's goals and objectives are met within the agreed upon schedule. Task 2: Weekly Construction Meetings and Site Visits Under this task, the CONSULTANT's Project Manager and/or appropriate technical leads will make additional visits to the site during construction as required due to the time extension. Such visits are not intended to be exhaustive in examining the Contractor's work in progress, but rather to provide a general observation of the work based on the Engineer's professional judgment. The CONSULTANT will review the Contractor's work as observed for general conformance with the Contract Documents. The CONSULTANT will not visit the site to direct or supervise the Contractor's work. Note that site visits may be coordinated to happen concurrently with regular project meetings or they may be held at other times. Therefore, the design professional will not necessarily be represented at each of the weekly project meetings. For the purpose of scope definition, the following number of additional visits are anticipated by a technical lead from each discipline as required due to the time extension: • Project Manager — 26 • Civil/Site Engineer — 4 • Architect — 35 • MEPFIT Engineer — 4 • Site Electrical Engineer — 4 • Utility/Stormwater Engineer - 4 Task 3: Permit Required Revisions and Conformed Documents No additional effort associated with this amendment is required under for this Task. Task 4: Shop Drawing Review This task will include the CONSULTANT's additional reviews of shop drawings submitted by the Contractor as stipulated in the Contract Documents. Amendment 1 & 2 included a maximum of three (3) reviews on each shop drawing or technical submittal times. Additional reviews beyond three (3) have been required on multiple submittals related to the terminal building and shall be eligible for additional compensation based on the scope of Amendment 1 & 2. Task 5: Responses to Contractor Requests for Information (RFI's) Under this task, the CONSULTANT will prepare additional technical responses to the questions submitted by the Contractor in the format of a Request for Information (RFI) as required due to the time extension. Task 6: Contractor Applications for Payment and Project Delays Page 5 of 13 Sixth Amendment to A Packet Pg. 2853 "Design Services For the Marco Island Executive Airport (M 16.G.5.a Based on the CONSULTANT's on -site observations as an experienced and qualified design professional, on information provided by the RPR, and on review of applications for payment and accompanying data and schedules, the CONSULTANT and/or RPR shall approve the amounts owed to the Contractor(s) based on the Contractor's additional monthly pay requests as required due to the time extension. The CONSULTANT shall also review Contractor claims for Contract time extensions submitted by the Contractor and shall recommend or deny acceptance to the Owner. Such claims shall be submitted within fourteen (14) days of the date(s) of the requested delay for consideration by the CONSULTANT or the claim will be considered null and void and will not be reviewed. Task 7: Resident Project Representative (RPR) Services Under this task, the CONSULTANT will continue to provide on -site Resident Project Representative (RPR) services for the Project as required due to the time extension. The RPR shall serve as the liaison between the COUNTY, the CONTRACTOR, and the CONSULTANT team throughout the project. The foremost duty of the RPR is to observe construction for general conformance with the Contract Documents. The RPR will be responsible for reporting to the Project Manager, Engineer, Architect, Airport, and/or COUNTY when observing work that is unsatisfactory, faulty, defective, or does not conform to the Contract Documents. The RPR will be responsible for rejecting such work as agreed upon with the COUNTY and the CONSULTANT. The duties of the RPR will include: • collect and log shop drawings, RFI's, RFC's, pay requests, correspondence, etc. • inspect and monitor Contractor activities • maintain a daily construction log • attend weekly progress meetings • review and approve Contractor's pay requests • take project progress photographs • monitor Contractor's Quality Control Plan • administrate Change Orders as necessary • organize, prepare for, and lead the substantial completion and final inspections • create the Contractor's punch list of unfinished items • verify the Contractor's completion of the punch list • collect the Contractor's as -built information • prepare the final closeout documentation • certify the completion of the project to general conformance with the Contract Documents The Resident Project Representative shall have limited authority on site as follows: • Shall not authorize any deviation from the construction Contract Documents or substitution of materials or equipment. • Shall not exceed limitations of Owner or design professional as set forth in the construction Contract Documents. • Shall not undertake any of the responsibilities of the Contractors, subcontractors, or Contractor's superintendents. • Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless Page 6 of 13 Sixth Amendment to Packet Pg. 2854 "Design Services for the Marco Island Executive Airport (M 16.G.5.a such advice or directions are specifically required by the construction Contract Documents. • Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Contractor's work. • Shall not accept shop drawings or sample submittals from anyone other than the Contractor. • Shall not authorize the Owner to occupy the Project in whole or in part. • Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized. The contract documents allow 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. The additional RPR efforts required beyond the 365 calendar days for the six (6) month extension equates to 26 weeks of contract time. To best serve the project, it is assumed that there will be two (2) RPR's required: one for vertical construction and the other for site work. It is assumed that there will be one (1) part-time (2.5 days per week) site RPR on site through the duration of the contract. An additional inspector may be required on -site during peak construction activities including, but not limited to, extended paving operations and night work. Typically, only one site RPR will be on -site at a time. It is assumed that there will be one (1) part-time (1.5 days per week) vertical RPR on site through the duration of the contract. Actual time on site may vary from week to week based on the Contractor's work schedule. Task 8: FDOT/COUNTY Coordination and Grant Management The CONSULTANT will assist the COUNTY on coordination with the various agencies on project funding grant terms, conditions, and assurances and other related coordination items as required due to the time extension. Task 9: Preparation of Closeout and Record Documents No additional effort associated with this amendment is required under for this Task. BASIC ASSUMPTIONS The following is a list of assumptions forming the basis of the CONSULTANT's cost proposal for providing the services detailed in the Scope of Services for this project. Any modification and/or revision to these basic assumptions will constitute a change in the project scope and may result in a revision to the CONSULTANT's cost proposal. 1. The scope and assumptions as generally defined within Amendment 1 to Contract #16-6561 shall remain in effect unless specifically modified herein. 2. This scope of services does not include preparation for or testimony during any mediation or litigation which might arise from disputes between the Owner and Contractor. Such preparation for or testimony during litigation or mediation, should it be necessary, shall be considered outside the scope of this contract. Page 7 of 13 Sixth Amendment to Packet Pg. 2855 "Design Services for the Marco island Executive Airport (M 16.G.5.a Sixth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE 131-6 BASIS OF COMPENSATION Construction Phase Services for New Terminal Facility and Associated Landside Improvements 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. 1 Project Administration and Coordination $19,552 2 Weekly Construction Meetings and Site Visits $47,784 3 Permitting Required Revisions & Conformed Documents - 4 Shop Drawing Review $1,400 5 Responses to Contractor RFI's $20,976 6 Contractor Applications for Payment and Project Delays $6,360 7 RPR Services $52,820 8 FAA/DOT/County Coordination and Grant Management $2,250 9 Preparation of Closeout and Record Docs - 10 QA Testing 11 Reimbursable Costs $3,752 GRAND TOTAL FEE B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Page 8 of 13 Sixth Amendment toA Packet P 2856 "De "Design Services for the Marco Island Executive Airport (M g 16.G.5.a Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1, Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. 13.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. Page 9 of 13 Sixth Amendment to Packet Pg. 2 7 "Design Services for the Marco Island Executive Airport {M 16.G.5.a B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4,1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 10 of 13 Sixth Amendment to A Packet Pg. 2 �58 "Design Services for the Marco Island Executive Airport [M 16.G.5.a SCHEDULE B1-6 — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Principal Z�LLn Senior Project Manager $185 Project Manager $165 Senior Engineer $135 En ineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Environmental Specialist $115 Senior Environmental Specialist $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey Crew - 3 man $172 Surve Crew - 4 man $208 Senior Architect $160 Architect $110 Grant Funded: The above hourly rates are for'purposes of providing estimate(s), as required by the grantor agency. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the Parties. Page 11 of 13 SixthAmendmanttoA Packet Pg. 2859 "Design Services for the Marco Island Executive Airport (M 16.G.5.a SCHEDULE C1-6 PROJECT MILESTONE SCHEDULE New Terminal Facility and Associated Landside Improvements — Part 1 1 Project Administration and Coordination 180 2 Weekly Construction meetings and Site Visits 180 3 Permitting Required Revisions and Conformed Documents 180 4 Shop Drawing Review 180 5 Responses to Contractor BFI's 180 6 Contractor Applications for Payment and Project Delays 180 7 RPR Services 180 8 FAAIDOTICounty Coordination and Grant Management 180 9 Preparation of Closeout and Record Docs 180 10 QA Testing 180 Page 12 of 13 Sixth Amendment eAirpo t Al (M Packet Pg. 2860 "Design Services for the Marco island Executive Airport (M 16.G.5.a SCHEDULE F1-6 KEY PERSONNEL New Terminal Facility and Associated Landside Improvements — Part 1 Name . Personnel Ca>Eego ► Rercentage U .... . . of Time. Darin Larson Principal 10% Kevin McCauleySenior Pmject Manager 40% Thomas Roda Senior Engineer IV 10% Fleet Wulf Senior Engineer III 15% Flora Colom Senior Engineer II 20% Javier Suarez Senior Engineer 1 20% Adanna R ce Engineer 11 30% Rachel Blandford CADD Technician 20% TBD Senior Inspector 60% TBD Inspector 5% Scotty Bakowski Clerical/Administrative 10% Ga Krueger Senior Architect 30% Somer Spence Architect 20% Page 13 of 13 Sixth Amendment toA Packet Pg. 2861 "Design Services for the Maras island Executive Airport (M 14.A.1 09/27/2016 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to execute Contract No. 16-6561 "Design Services for Marco Executive Airport Terminal" in the not -to -exceed amount of $1,209,298 to Atkins North America. OBJECTIVE: To prepare plans, specifications and bid documents; permit; and bid the new terminal facility, aircraft apron, and related improvements at the Marco Island Executive Airport (MKY). CONSIDERATIONS: This professional services contract is for the design and permitting phase of vital terminal area and safety improvements at MKY, funded, in part, by the Federal Aviation Administration (FAA), and Florida Department of Transportation (FDOT). On June 28, 2016, the Board of County Commissioners (Board), sitting as the Collier County Airport Authority, approved staff s ranking for RFP #16-6561, and directed staff to bring a negotiated contract to the Board for approval, agenda item 16G5. The scope of work is to provide professional design, permitting and oversight services for the entire project, delineated within two major categories (and associated external funding sources), as identified in Schedules A and B as follows; 1) "New Terminal Facility and Associated Landside Improvements;" and, 2) "Apron Expansion and Airfield Safety Improvements." The facility design shall include, but not be limited to all architectural, civil, structural, and MEP engineering typically required for building construction, consisting of a 13,000-15,000 square foot building to be used as the Authority -operated Fixed Base Operator (FBO) and Administrative Offices. The design will also incorporate all utilities, site development and parking. Services shall consist of all phases of design, including but not limited to; programming, schematic design, design development, construction documents, and all permitting and services prior to construction. Through the award of a contract and scope of services, the Consultant is assumed to be an expert in the field of airport design with experience on numerous FAA and FDOT funded projects of similar nature, and, as such, is solely responsible for designing a safe and efficient project in compliance with all regulations and requirements. The Consultant shall provide all project management, design and related services necessary to initiate construction of all elements for improvements associated with the Marco Island Executive Airport terminal relocation and apron construction project. Subject to the availability of grant funding, the Consultant may also be requested to coordinate the overall Construction Phase program management, with such post -design services to be negotiated to a not -to -exceed sum at a later date, in accordance with RFP #16-6561 and grantor agency provisions. FISCAL IMPACT: The sources of funding are a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant in the amount of $431,716, a Florida Department of Transportation (FDOT) grant $607,675 within the Airport Grant (498), and Local Match in the amount of $169,907 within Grant Match Funds (499). Design Item IFAA IFDOT ILocal Match (Total Cost Expand Apron & Demo. Terminal 1431,716 123,984 123,984 1479,684 New Terminal & Parking Lot I 1583,691 1145,923 1729,614 Packet Pg. 376 14.A.1 09/27/2016 Total 1431,716 1607,675 1169,907 11,209,298 Pending acceptance of the FDOT grant offer, on this Agenda, funding will be available in project number 33484. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for approval. --CMG GROWTH MANAGEMENT PLAN IMPACT: There is no impact to the Growth Management Plan associated with this Executive Summary. RECOMMENDATION: To execute the attached Contract No. 16-6561, in the not -to -exceed amount of $1,209,298 with Atkins North America, for design and related services for the Marco Island Executive Airport terminal relocation and apron expansion project. Prepared By: Justin Lobb, Airports Manager, Airport Authority, Growth Management Department ATTACHMENT(S) 1. [Linked] 16-6561 Atkins Contract (PDF) Packet Pg. 377 Contract # 16-6561 "Design Services for Marco Executive Airport Terminal" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into thi421�day of ���, 2016 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Atkins North America, Inc., authorized to do business in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa Florida 33607 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional engineering services of the CONSULTANT concerning "Design Services for Marco Executive Airport Terminal" (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional engineering. services in all phases of the Project to which this Agreement applies. �9 1 O "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A, Phases 1-II. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates Darin R. Larson, PE, LEED AP a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. G 2 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'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 The Consultant must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within 3 - ,�® "Design Services for Marco Executive Airport Terming Agreement #16-6561 reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Consultant does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Consultant or keep and maintain public records required by the public agency to perform the service. If the Consultant transfers all public records to the public agency upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Consultant observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. n 4 !O "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shaJl,provide OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc), and adhere to industry standard CAD specifications. 5 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 2.2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.3 Providing renderings or models for OWNER'S use. 2.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). G7 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 2.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services ir-;�kcoordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary - limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, g � "Design Services for Marco Executive Airport Termin Agreement #16-6561 including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as -a-result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER W,01-he the right to seek an extension of time to its schedule provided, however, the granting of any such 9 `Design Services for Marco Executive Airport Terminal' Agreement #16-6561 time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4 Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices 10 S "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. 11 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2 All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 0 12 "Design services for Marco Executive Airport Terminal" Agreement #16-6561 9.3 All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self- insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5 All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. �9 13 � "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2 Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in Schedule F. All personnel, subcpnsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3 CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where 14 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub -subcontractors. 10.4 CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may s 15 C'yo "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed greatest extent reasonably possible. CONSULTANT must mitigate all such costs to the 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its ggntrol. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar. days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 16 9 'Design Services for Marco Executive Airport Termina O Agreement #16-6561 12 5, In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, corn -mission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 17 n "Design Services for Marco Executive Airport Terminal" �O Agreement #16-6561 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: 18 Cl "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 Board of County Commissioners Collier County Florida Procurement Services Division 3327 Tamiami Trail East Naples, FL 34112 Attention: Allison Kearns, Interim Director, Procurement Services Division Telephone: 239-252-8407 Fax: 239-252-6480 AllisonKearnsocollieraov. net 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, Florida 33901 ATTN: Darin Larson, P.E. LEED AP Telephone: (407) 620-8112 Fax: (239) 334-7277 DarinLarson(c�atkinsglobal com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 19 n 'Design Services for Marco Executive Airport Terminal' �O Agreement #16-6561 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7 Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8 This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9 The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Schedule G RFP #16-6561, including the Granting Agency Provisions Schedule H CONSULTANT'S Proposal 20 "Design Services for Marco Executive Airport Term alL Agreement #16-65 ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2 By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be 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 21 C',9 "Design Services for Marco Executive Airport Termina Agreement #16-6561 in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision - making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2 Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1 By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 22 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 IN WITNESS WHEREOF, the parties hereto have executed this Professional Agreement for engineering services the day and year first written above. ATTEST: DwightA�L'�Brock, C4er4 , 4,. J � p:•p By: A Attesf-s•tean's signature only. proved as to o gss—istaantCoun rm and Legality: : ty Att rney CoIIP,� Name Wit�n�e- s - ' un it- ia,�r Name and Title gL,4-,4,- Q fitness, A 0,, 9 , �,tLS @ac2l Name and Title rM V BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, By: 't-&,") J., Donn Fiala, Chairman Atkins North America, Inc. By: Name and Title �9 23 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 SCHEDULE A SCOPE OF SERVICES — Part I Contract #16-6561 "Design and Related Services for the Marco Island Executive Airport (MKY)" New Terminal Facility and Associated Landside Improvements This scope of services covers services through the design and bid phases and includes permitting with the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), and County Development. Services during construction phase will be covered under a separate work order. Project Description The intent of the project is to design a new airport terminal facility and associated land side improvements at the Marco Island Executive Airport. Under previous task authorizations, MKY has commissioned an ALP and Proposed Development Plan for the airport based on forecasted aviation activity. Based on the proposed development plan, this project will include the new terminal building and associated landside improvements including the following project elements: • Clearing and grubbing of the site; • New terminal building and associated utilities; • Landside roadway and parking to support the new terminal building; • Site grading and landside drainage improvements; • Permitting of various project elements b' c ive The objective shall be timely delivery and successful completion by the CONSULTANT of project management, design and design related services necessary to initiate construction of A-1 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 C�,9 O elements for improvements associated with the Marco Island Executive Airport (MKY) New Terminal Facility and Associated Landside Improvements (PROJECT). The overriding objective of the CONSULTANT is to keep this project on schedule, under budget, and fully coordinated with appropriate stakeholders. The scope of this project is to provide design and bidding services for the New Terminal Facility and Associated Landside Improvements necessary to support the new terminal building. These design services include the evaluation of alternatives for the vehicle parking layouts and associated elements for the landside development. The project will also include pavement demolition, utilities, grading and drainage improvements including permitting, erosion control, pavement design, and pavement markings. A. BASIC SERVICES The Basic Services for this Project include the following design and permitting services by the CONSULTANT. TASK 1 — Project Administration and Coordination Task 1.1 This task involves the internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY advised of the work progress, schedule, and anticipated review dates. The PM will be the CONSULTANT's main point of contact and will be responsible for ensuring that the Project's goals and objectives are met within the agreed upon schedule. A-2 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 (9 Task 1.2 The CONSULTANT will prepare for and attend a kick-off meeting to introduce the team and discuss the goals and objectives for the project. The CONSULTANT's PM and/or technical leads will attend the meeting as appropriate to perform the work. Task 1.3 The CONSULTANT will manage sub -consultant negotiations, scope development, and contract administration. The CONSULTANT will actively coordinate with sub -consultants to ensure proper distribution of work and fully coordinated scopes and deliverables. Task 1.4 The CONSULTANT will assist the COUNTY with the Grant Application for Florida Department of Transportation (FDOT) funds for the design and construction costs that are applicable for FDOT funding. Task 1.5 The CONSULTANT will prepare a quality control (QC) plan for the PROJECT in accordance with the CONSULTANT's Quality Control and Assurance for Projects (QCAP) program. This will include a plan for project deliverables to be reviewed by a qualified technical expert who is independent of the design team. The plan will address how the QC process will be incorporated into the various design phase submittals TASK 2 — 30% Design Task 2.1 Under this task the CONSULTANT will prepare the 30% Design for the Project. At this phase, the design will include enough of the project design components to reflect the project goals and objectives while still allowing for modifications. The 30% Design will consider preliminary landside geometry and associated vehicle parking layouts, future terminal and GSE building locations, stormwater management locations, etc. The drawings are anticipated to include the following type of sheets: • Cover Sheet • Index of Drawings A-3 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 • General Notes • Site Plan • Clearing and Grubbing / Demolition Plan(s) • Demolition Plan(s) • Typical Pavement Sections • Horizontal Geometry Plan(s) • Grading and Drainage Plan(s) • Pavement Marking Plan(s) • Utility Layout Plan(s) Task 2.2 The CONSULTANT'S PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings including meetings with the appropriate utility and stormwater drainage agencies to ascertain design and permitting requirements. Stormwater permitting for the Project will be completed through the South Florida Water Management District (SFWMD) and Florida Department of Environmental Protection (FDEP). The CONSULTANT shall record the meeting minutes. Following these meetings, the CONSULTANT shall develop exhibits, calculations, reports, applications, etc. necessary to provide the information required to approve and issue a permit for improvements defined in the PROJECT. It is anticipated that there will be one (1) coordination meeting and one (1) document review meeting with the COUNTY for this phase of the PROJECT. Task 2.3 The CONSULTANT will prepare a design narrative documenting the basis of design and criteria. This report will include a summary of site investigation data, preliminary design analysis, preliminary design calculations, technical specification outline, and applicable standards. Task 2.4 The CONSULTANT will prepare a preliminary rough order of magnitude cost estimate to be included in the design report. Task 2.5 The CONSULTANT shall conduct an in-house quality control review of the 30% Design plans and design narrative prior to submittal to the Airport in accordance with the A-4 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 101 CONSULTANT QC Plan. Task 3: 60% Design Task 3.1 This task includes the development of drawings necessary and appropriate for a 60% level of design as determined by the CONSULTANT. The 60% Design drawings are intended to include major design items and provide enough information to define the scope of the Project. Major project elements will be set and considered essentially final, but detailed design items may not be included in this submission. The drawings are anticipated to include the following type of sheets: • Cover Sheet • Index of Drawings • General Notes • Site Plan • Construction Phasing and Safety Plan(s) • Clearing and Grubbing / Demolition Plan(s) • Demolition Plan(s) and Details • Typical Pavement Sections • Horizontal Geometry Plan(s) • Grading and Drainage Plan(s) • Drainage Structure Data • Drainage Details • Erosion Control Plan(s) • Stormwater Pollution Prevention Plan Sheet • Pavement Marking Plan(s) • Utility Layout Plan(s) • Utility Details Task 3.2 The Engineer shall review the comments received from the Airport from the 30% Design submittal review and incorporate applicable comments into plans, specifications, and design narrative. The Engineer shall provide a written response to each comment stating how it will be incorporated into the documents or why it was not applicable. Task 3.3 The CONSULTANT will develop draft technical specifications for the Project based on the FDOT or CSI standards as appropriate. If standard technical specifications A-5 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 are not available for a particular construction item, the CONSULTANT will create the necessary technical specification. Task 3.4 The CONSULTANT will update the design narrative to document additional design progress. This report will include a summary of site investigation data, design analysis, design calculations, and applicable standards. Task 3.5 The CONSULTANT will develop a preliminary list of appropriate project bid items and methods of measurement and payment for the construction of the PROJECT. It is assumed that the PROJECT will be advertised for unit price bidding. This will also include preparation of an opinion of probable construction cost. The estimate will be submitted as part of Design Report. Task 3.6 The CONSULTANT will prepare a draft Construction Safety and Phasing Plan (CSPP) for the PROJECT in accordance with FAA requirements. The CONSULTANT will solicit input from the Airport regarding necessary safety and phasing requirements for the construction of the Project. Task 3.7 The CONSULTANT shall conduct an in-house quality control review of the 60% Design plans, specifications, cost estimate, and design narrative prior to submittal to the Airport in accordance with the CONSULTANT QC Plan. Task 3.8 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings during this phase. It is anticipated that there will be two (2) coordination meetings and one (1) document review meeting with the COUNTY for this phase of the PROJECT. A-6 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 �`90 TASK 4 — 90% Design Task 4.1 Under this task, the CONSULTANT will review the comments received from the Airport on the 60% Design submittal review and incorporate applicable comments into plans, specifications, and design narrative. Then the CONSULTANT will continue to progress the plans, specifications, and drawings to a 90% Design level. At 90% Design, the PROJECT elements and details will be essentially complete and ready for final review. When the 90% Design drawings are submitted to the COUNTY they shall be considered final design documents pending only COUNTY review and approval to proceed with bidding. Task 4.2 The CONSULTANT will also develop a project manual for use during the bidding and construction of this project in accordance with Federal, State, and Local requirements. The COUNTY's standard "front end" documents will be provided to the CONSULTANT. Task 4.3 The CONSULTANT will update the project bid items, quantity take -off, and estimate of probable costs in accordance with design progress. Task 4.4 The CONSULTANT will finalize and submit the CSPP to the FAA for their review and approval. Task 4.5 The CONSULTANT will finalize and submit the Environmental Resource Permit (ERP) application to South Florida Water Management District (SFWMD). This includes agency coordination, ERP application, submittal of project plans and supporting documents for drainage and environmental components, and responses to agency requests for additional information (max. two requests for additional information are A-7 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 c'gO assumed). Any changes due to permitting will be incorporated into the Bid Documents. A project assumption is there are no FDOT Drainage Connection Permit or any local permits necessary. Task 4.6 The CONSULTANT shall conduct an in-house quality control review of the 90% Design plans, specifications, cost estimate, and design narrative prior to submittal to the Airport in accordance with the CONSULTANT QC Plan. Task 4.7 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings during this phase. It is anticipated that there will be two (2) coordination meetings and one (1) document review meeting with the COUNTY for this phase of the Project. TASK 5 — Bid Documents (100% Design) Task 5.1 Utilizing comments from the COUNTY, SFWMD, and other AHJs the CONSULTANT will complete the plans and specifications to a level necessary for bidding. This will include finalizing necessary calculations, detailing, planning, etc. to complete the design process. Documents will be updated to include bidding dates and requirements as provided by the COUNTY. Task 5.2 Once final Bid Documents are created, the CONSULTANT will produce three (3) hard copies and one electronic (PDF) copy of the drawings and specifications for the COUNTY to utilize during bidding. It is assumed the COUNTY will place the documents on their website for distribution to potential bidders. The Design Report will not be distributed as part of the Bid Documents. TASK 6 — Bid Phase A-8 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 Task 6.1 This task includes assistance to the COUNTY during the bidding phase of the PROJECT. The CONSULTANT will prepare for and attend the Pre -Bid Conference and address technical questions. The CONSULTANT will also respond to written technical questions from prospective bidders which are submitted to the COUNTY with respect to the documents prepared under this scope of services. The CONSULTANT will prepare addenda relating to the design as necessary to interpret or clarify the Bidding Documents for construction. Once bids are received, the CONSULTANT will assist the COUNTY in evaluating the unit prices submitted and provide a written recommendation of award. Task 6.2 The CONSULTANT will also prepare a set of Conformed Documents for use during construction of this project. Conformed Documents result from the integration of items modified and/or revised via addendum during the Bidding Phase into the Bidding Documents (plans and specifications), resulting in an "official" set of Conformed Documents to be used for Construction. Task 6.3 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend one meeting to discuss the bid results and award recommendation. DELIVERABLES • Five (5) sets (11"x17") of the 30% Design documents, including the plans. • Five (5) sets (11 "x17") of the 60% Design documents, including the technical specifications, plans and engineer's report. • Five (5) sets (11 "x17") of the 90% Design documents, including the technical specifications, plans and engineer's report. • Five (5) signed and sealed Bid Documents (22"x34") and one (1) CD of the bid documents including technical specifications and plans. ASSUMPTIONS • County Procurement Service Division to prepare up -front construction documents for bidding and contract award. • County to pay for all permit application fees. • If any hazardous materials are found during the existing terminal building assessment, any specialty mitigation procedures or demolition requirements will be considered additional services. A-9 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 �90 B. SPECIAL SERVICES Special Services for this Project include those services anticipated to be performed by specialty sub -consultants or investigations necessary to complete the design as follows. 1. Architectural Design Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the architectural design associated with the new terminal facility. 2. GeotechnicalInvestigation Under this task, the CONSULTANT will select and manage a sub -consultant that will perform shallow soil borings at various locations specified by CONSULTANT in order to verify and evaluate existing site conditions. Spacing and location will be as required by FAA for airfield pavement design. Appropriate laboratory testing and analysis will be performed on soil samples recovered from the borings. The resulting geotechnical information will be utilized by the CONSULTANT in designing pavements and stormwater facilities. A copy of the final geotechnical investigation report will be provided to the COUNTY. I Landscaping Design Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the landscape design associated with the new terminal facility and associated landside improvements. 4. Mechanical, Electrical Fire Protection & Communication Design Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the mechanical, electrical, fire protection, & communication design associated with the new terminal facility and associated landside improvements. 5. Structural Design Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the structural design associated with the new terminal facility. A-10 'Design Services for Marco Executive Airport Terminal' Agreement #16-6561 C. Construction Phase services may include: The Consultant may be required to coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County's design Professionals and Contractors. The Consultant shall provide the overall construction administration and possibly construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. The fees for this phase will be negotiated as a lump sum, as required by the grantor agency, and upon the availability of grant funding. A-11 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 No SCHEDULE A SCOPE OF SERVICES — Part II Contract #16-6561 "Design and Related Services for the Marco Island Executive Airport (MKY)" Apron Expansion and Airfield Safety Improvements This scope of services covers services through the design and bid phases and includes permitting with the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), and County Development. Services during construction phase will be covered under a separate work order. Project Description The intent of the project is to design airfield modifications necessary to support a new airport terminal facility at the Marco Island Executive Airport. Under previous task authorizations, MKY has commissioned an ALP and Proposed Development Plan for the airport based on forecasted aviation activity. Based on the proposed development plan, this project will include the apron expansion and associated airfield safety improvements required to support the new terminal building including the following project elements: • Expansion of west and north portion of existing aircraft terminal apron; • Demolition of existing terminal building; • Expansion of northeast portion of aircraft terminal apron; • Relocation of Taxiway Bravo and associated airfield lighting; • Demolition of existing Taxiway Bravo and portions of existing apron and associated new airfield lighting; • Drainage improvements; • Airport perimeter fence modifications as necessary; • Permitting of various project elements A-12 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 IS c90 O ' c iv The objective shall be timely delivery and successful completion by the CONSULTANT of project management, design and design related services necessary to initiate construction of elements for improvements associated with the Marco Island Executive Airport (MKY) Apron Expansion and Airfield Safety Improvements (PROJECT). The overriding objective of the CONSULTANT is to keep this project on schedule, under budget, and fully coordinated with appropriate stakeholders. The scope of this project is to provide design and bidding services for the Apron Expansion and Airfield Safety Improvements necessary to support the new terminal building. These design services include the evaluation of alternatives for the taxilanes and apron parking layouts on the northern portion of the existing terminal apron and proposed expansion. The project will also include pavement demolition, demolition of the existing terminal building, grading and drainage improvements including permitting, erosion control, pavement design, and pavement markings. B. BASIC SERVICES The Basic Services for this Project include the following design and permitting services by the CONSULTANT. TASK 1 — Project Administration and Coordination Task 1.1 This task involves the internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY advised of the work progress, A-13 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 `9® schedule, and anticipated review dates. The PM will be the CONSULTANT's main point of contact and will be responsible for ensuring that the Project's goals and objectives are met within the agreed upon schedule. Task 1.2 The CONSULTANT will prepare for and attend a kick-off meeting to introduce the team and discuss the goals and objectives for the project. The CONSULTANT's PM and/or technical leads will attend the meeting as appropriate to perform the work. Task 1.3 The CONSULTANT will manage sub -consultant negotiations, scope development, and contract administration. The CONSULTANT will actively coordinate with sub -consultants to ensure proper distribution of work and fully coordinated scopes and deliverables. Task 1.4 The CONSULTANT will assist the COUNTY with the Grant Application for FAA Airport Improvement Program funds for the design and construction costs that are applicable for FAA funding. Task 1.5 The CONSULTANT will prepare a quality control (QC) plan for the PROJECT in accordance with the CONSULTANT's Quality Control and Assurance for Projects (QCAP) program. This will include a plan for project deliverables to be reviewed by a qualified technical expert who is independent of the design team. The plan will address how the QC process will be incorporated into the various design phase submittals. TASK 2 — 30% Design Task 2.1 Under this task the CONSULTANT will prepare the 30% Design for the Project. At this phase, the design will include enough of the project design components to reflect the project goals and objectives while still allowing for modifications. The 30% Design will consider preliminary airside geometry and associated aircraft parking layouts, future A-14 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 terminal building location, stormwater management locations, etc. The drawings are anticipated to include the following type of sheets: • Cover Sheet • Index of Drawings • General Notes • Site Plan • Clearing and Grubbing / Demolition Plan(s) • Building Demolition Plan(s) • Typical Pavement Sections • Horizontal Geometry Plan(s) • Grading and Drainage Plan(s) • Pavement Marking Plan(s) • Airfield Electrical Plan(s) • High Mast Lighting Plan(s) • Airfield Fencing Plan(s) • Utility Layout Plan(s) Task 2.2 The CONSULTANT'S PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings including meetings with the appropriate utility and stormwater drainage agencies to ascertain design and permitting requirements. Stormwater permitting for the Project will be completed through the South Florida Water Management District (SFWMD). The CONSULTANT shall record the meeting minutes. Following these meetings, the CONSULTANT shall develop exhibits, calculations, reports, applications, etc. necessary to provide the information required to approve and issue a permit for improvements defined in the PROJECT. It is anticipated that there will be one (1) coordination meeting and one document review meeting with the COUNTY for this phase of the PROJECT. Task 2.3 The CONSULTANT will prepare a design narrative documenting the basis of design and criteria. This report will include a summary of site investigation data, preliminary design analysis, preliminary design calculations, technical specification outline, and applicable standards. A-15 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 C�® Task 2.4 The CONSULTANT will prepare a preliminary rough order of magnitude cost estimate to be included in the design report. Task 2.5 The CONSULTANT shall conduct an in-house quality control review of the 30% Design plans and design narrative prior to submittal to the Airport in accordance with the CONSULTANT QC Plan. Task 3: 60% Design Task 3.1 This task includes the development of drawings necessary and appropriate for a 60% level of design as determined by the CONSULTANT. The 60% Design drawings are intended to include major design items and provide enough information to define the scope of the Project. Major project elements will be set and considered essentially final, but detailed design items may not be included in this submission. The drawings are anticipated to include the following type of sheets: • Cover Sheet • Index of Drawings • General Notes • Site Plan • Construction Phasing and Safety Plan(s) • Clearing and Grubbing / Demolition Plan(s) • Building Demolition Plan(s) and Details • Typical Pavement Sections • Horizontal Geometry Plan(s) • Grading and Drainage Plan(s) • Drainage Structure Data • Drainage Details • Erosion Control Plan(s) • Stormwater Pollution Prevention Plan Sheet • Pavement Marking Plan(s) • Airfield Electrical Plan(s) and Details • High Mast Lighting Plan(s) and Details • Airfield Fencing Plan(s) and Details • Utility Layout Plan(s) • Utility Details A-16 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 coo Task 3.2 The Engineer shall review the comments received from the Airport from the 30% Design submittal review and incorporate applicable comments into plans, specifications, and design narrative. The Engineer shall provide a written response to each comment stating how it will be incorporated into the documents or why it was not applicable. Task 3.3 The CONSULTANT will develop draft technical specifications for the Project based on the FAA, FDOT, or CSI standards as appropriate. If standard technical specifications are not available for a particular construction item, the CONSULTANT will create the necessary technical specification. Task 3.4 The CONSULTANT will update the design narrative to document additional design progress. This report will include a summary of site investigation data, design analysis, design calculations, and applicable standards. Task 3.5 The CONSULTANT will develop a preliminary list of appropriate project bid items and methods of measurement and payment for the construction of the PROJECT. It is assumed that the PROJECT will be advertised for unit price bidding. This will also include preparation of an opinion of probable construction cost. The estimate will be submitted as part of Design Report. Task 3.6 The CONSULTANT will prepare a draft Construction Safety and Phasing Plan (CSPP) for the PROJECT in accordance with FAA requirements. The CONSULTANT will solicit input from the Airport regarding necessary safety and phasing requirements for the construction of the Project. Task 3.7 The CONSULTANT shall conduct an in-house quality control review of the 60% Design plans, specifications, cost estimate, and design narrative_ prior to submittal to the A-17 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 C-40 ti. Airport in accordance with the CONSULTANT QC Plan. Task 3.8 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings during this phase. It is anticipated that there will be two (2) coordination meetings and one (1) document review meeting with the COUNTY for this phase of the PROJECT. TASK 4 — 90% Design Task 4.1 Under this task, the CONSULTANT will review the comments received from the Airport on the 60% Design submittal review and incorporate applicable comments into plans, specifications, and design narrative. Then the CONSULTANT will continue to progress the plans, specifications, and drawings to a 90% Design level. At 90% Design, the PROJECT elements and details will be essentially complete and ready for final review. When the 90% Design drawings are submitted to the COUNTY they shall be considered final design documents pending only COUNTY review and approval to proceed with bidding. Task 4.2 The CONSULTANT will also develop a project manual for use during the bidding and construction of this project in accordance with Federal, State, and Local requirements. The COUNTY's standard "front end" documents will be provided to the CONSULTANT. Task 4.3 The CONSULTANT will update the project bid items, quantity take -off, and estimate of probable costs in accordance with design progress. Task 4.4 The CONSULTANT will finalize and submit the CSPP to the FAA for their review and approval. A-18 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 Task 4.5 The CONSULTANT will finalize and submit the Environmental Resource Permit (ERP) application to South Florida Water Management District (SFWMD). This includes agency coordination, ERP application, submittal of project plans and supporting documents for drainage and environmental components, and responses to agency requests for additional information (max. two requests for additional information are assumed). Any changes due to permitting will be incorporated into the Bid Documents. A project assumption is there are no FDOT Drainage Connection Permit or any local permits necessary. Task 4.6 The CONSULTANT shall conduct an in-house quality control review of the 90% Design plans, specifications, cost estimate, and design narrative prior to submittal to the Airport in accordance with the CONSULTANT QC Plan. Task 4.7 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend various PROJECT meetings during this phase. It is anticipated that there will be two (2) coordination meetings and one (1) document review meeting with the COUNTY for this phase of the Project. TASK 5 — Bid Documents (100% Design) Task 5.1 Utilizing comments from the COUNTY, SFWMD, and other AHJs the CONSULTANT will complete the plans and specifications to a level necessary for bidding. This will include finalizing necessary calculations, detailing, planning, etc. to complete the design process. Documents will be updated to include bidding dates and requirements as provided by the COUNTY. Task 5.2 Once final Bid Documents are created, the CONSULTANT will produce three (3) hard copies and one electronic (PDF) copy of the drawings and specifications for the COUNTY to utilize during bidding. It is assumed the COUNTY will place the documents on A-19 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 0 ��o their website for distribution to potential bidders. The Design Report will not be distributed as part of the Bid Documents. TASK 6 — Bid Phase Task 6.1 This task includes assistance to the COUNTY during the bidding phase of the PROJECT. The CONSULTANT will prepare for and attend the Pre -Bid Conference and address technical questions. The CONSULTANT will also respond to written technical questions from prospective bidders which are submitted to the COUNTY with respect to the documents prepared under this scope of services. The CONSULTANT will prepare addenda relating to the design as necessary to interpret or clarify the Bidding Documents for construction. Once bids are received, the CONSULTANT will assist the COUNTY in evaluating the unit prices submitted and provide a written recommendation of award. Task 6.2 The CONSULTANT will also prepare a set of Conformed Documents for use during construction of this project. Conformed Documents result from the integration of items modified and/or revised via addendum during the Bidding Phase into the Bidding Documents (plans and specifications), resulting in an "official" set of Conformed Documents to be used for Construction. Task 6.3 The CONSULTANT's PM and/or appropriate technical leads will prepare for and attend one meeting to discuss the bid results and award recommendation. DELIVERABLES • Five (5) sets (11 "x17") of the 30% Design documents, including the plans. • Five (5) sets (11"x17") of the 60% Design documents, including the technical specifications, plans and engineer's report. • Five (5) sets (11 "x17") of the 90% Design documents, including the technical specifications, plans and engineer's report. • Five (5) signed and sealed Bid Documents (22"x34") and one (1) CD of the bid A-20 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 documents including technical specifications and plans. ASSUMPTIONS • County Purchasing to prepare up -front construction documents for bidding and contract award. • County to pay for all permit application fees. • If any hazardous materials are found during the existing terminal building assessment, any specialty mitigation procedures or demolition requirements will be considered additional services. B. SPECIAL SERVICES Special Services for this Project include those services anticipated to be performed by specialty sub -consultants or investigations necessary to complete the design as follows. 1. Topographic Survey and Subsurface Utility Locates (SUE) Under this task, the CONSULTANT will perform a topographical survey of portions of the proposed project area and surrounding terrain as deemed necessary for the design of the project. The survey will entail establishing field horizontal and vertical control, obtaining planimetric and topographical survey information, and produce a topographical base mapping of the project area. Data collection efforts will include office and field work for crew coordination and briefings, coordination with COUNTY personnel on issues of security and airport operations, running a level loop to transfer true elevation from government benchmark, setting temporary benchmarks throughout the project area, establishing vertical elevations sufficient for engineering design over entire survey limits, horizontal and vertical location of improvements, recording location of visible evidence of utilities as flagged or painted by related service provider, data collector download and processing, preparation of AutoCAD drawing(s), reference notes, supervision, and certification. A-21 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 C,9® The finished product of topographical survey will consist of a 3D AutoCAD coordinate based topographic survey map with DTM break lines, performed and prepared in accordance with Minimum Technical Standards for the State of Florida as established by Chapter 61G17-6 of the Florida Administrative Code. The CONSULTANT will provide the COUNTY with two (2) copies of a signed and sealed topographic survey. Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the subsurface utility locates (SUE) as required for the survey to be completed. 2. Geotechnicallnvestigation Under this task, the CONSULTANT will select and manage a sub -consultant that will perform shallow soil borings at various locations specified by CONSULTANT in order to verify and evaluate existing site conditions. Spacing and location will be as required by FAA for airfield pavement design. Appropriate laboratory testing and analysis will be performed on soil samples recovered from the borings. The resulting geotechnical information will be utilized by the CONSULTANT in designing pavements and stormwater facilities. A copy of the final geotechnical investigation report will be provided to the COUNTY. 3. Hazardous Materials Assessment Under this task, the CONSULTANT will select and manage a sub -consultant that will perform a hazardous materials assessment on the existing terminal building to determine what, if any, hazardous materials need to be addressed prior to the demolition of the existing terminal. 4. Building Demolition and Airfield Electrical Design Under this task, the CONSULTANT will select and manage a sub -consultant that will perform the design associated with the building demolition and airfield electrical systems. C. Construction Phase services may include: A-22 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 �,�9p The Consultant may be required to coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County's design Professionals and Contractors. The Consultant shall provide the overall construction administration and possibly construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. The fees for this phase will be negotiated as a lump sum, as required by the grantor agency, and upon the availability of grant funding. A-23 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 r�o SCHEDULE B BASIS OF COMPENSATION LUMP SUM 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then - authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 61.1.1 All monthly status reports and invoices shall be mailed to the attention of Justin Lobb, Project Manager, Collier County Airport Authority, 2005 Mainsail Drive, Naples, FL 34114, 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make the lump sum payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until all services associated with any such line item have been completed to OWNER'S reasonable satisfaction. Marco Island Executive Airport (MKY) New Terminal Facilitv and Associated Landside Improvements Task LUMP SUM FEE FOR: FEE NOT -TO EXCEED PAYMENT SCHEDULE A.1 Project Administration & Coordination $31,900.00 Monthly Upon Percent Complete of Task A.2 30% Design $51,860.00 Monthly Upon Percent Complete of Task A.3 60% Design $57,410.00 Monthly Upon Percent Complete of Task A.4 90% Design $54,930.00 Monthly Upon Percent Complete of Task A.5 Bid Documents 100% $22,640.00 Monthly Upon Percent Complete of Task A.6 Bid Phase $19,960.00 Monthly Upon Percent Complete of Task B. Architectural Design & Special Services $485,914.00 Monthly Upon Percent Complete of Task Reimbursable Costs 5 000.00 TOTAL FEE Total Tasks A-B) $729,614.00 Marco Island Executive Airport (MKY) Aaron Exoansion and Airfield Safetv Improvements Task LUMP SUM FEE FOR: FEE NOT -TO EXCEED PAYMENT SCHEDULE A.1 Project Administration & Coordination $29,570.00 Monthly Upon Percent Complete of Task A.2 30% Design $75,660.00 Monthly Upon Percent Complete of Task A.3 60% Design $94,250.00 Monthly Upon Percent Complete of Task A.4 90% Design $90,190.00 Monthly Upon Percent Complete of Task A.5 Bid Documents 100% $28,955.00 Monthly Upon Percent Complete of Task A.6 Bid Phase $22,870.00 Monthly Upon Percent Complete of Task B. Special Services $133,989.00 Monthly Upon Percent Complete of Task Reimbursable Costs $4,200.00 TOTAL FEE (Total Tasks A-B) $479,684.00 s-1 "Design Services for Marco Executive Airport Terminal" C90 Agreement #16-6561 B.2.2. The fees noted in Section 2.1. shall constitute a not -to -exceed lump sum of: One Million Two Hundred Nine Thousand Two Hundred and Ninety -Eight Dollars and no cents ($1,209,298.00) to be paid to CONSULTANT for the performance of the Basic Services. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, OWNER agrees to pay CONSULTANT a negotiated for a not -to -exceed fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and pursuant to Article Five, Compensation, and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without OWNER'S prior written approval. B.2.4. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5 Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3 Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4 Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B-2 "Design Services for Marco Executive Airport Terminal" c`4O Agreement #16-6561', B.3.4.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. i, B.3.4.3. Permit Fees required by the Project. B.3.4.4 Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. B.3.4.5 Expense of models for the County's use. B.3.4.6 Other items on request and approved in writing by the OWNER. B-3 "Design Services for Marco Executive Airport Terminal' C'.,® Agreement #16-6561 Attachment 1 SCHEDULE B CONSULTANT'S HOURLY RATE SCHEDULE Personnel Category Principal Hourly Rate $225 Senior Project Manager $185 Project Manager $165 Senior Engineer $135 Engineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Designer $80 Environmental Specialist $115 Senior Environmental Specialist $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey Crew - 3 man $172 Survey Crew - 4 man $208 Senior Architect $160 Architect $110 The above hourly rates are for purposes of providing an estimate, as required by the grantor agency, and may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant. B-4 "Design Services for Marco Executive Airport Terminal" �.�® Agreement #16-6561 SCHEDULE C PROJECT MILESTONE SCHEDULE Part I Marco Island Executive Airport (MKY) New Terminal Facility and Associated Landside Improvements The schedule for the design development is anticipated to be two hundred and thirty (230) calendar days from issuance of Notice to Proceed (NTP). • Submit 30% design plans, technical specification outline, design narrative, and cost estimate seventy (70) calendar days from NTP. Preparing concept alternatives with airport approval on preferred concept will be approximately twenty-eight (28) days. Preparation of Revit model of preferred concept and finalize 30% drawings will be approximately forty-two (42) days. • Submit 60% design plans, technical specifications, cost estimate and engineer's report fifty (60) calendar days from receipt of comments on 30% submittal. • Submit 90% final construction plans, specifications suitable for bidding, and engineer's report including cost estimate fifty-six (56) calendar days from receipt of comments on 60% submittal and comments from FDEP and County Development on permit application submittals. • Submit Issued for Bid construction plans, specifications suitable for bidding, and cost estimate fourteen (14) calendar days from receipt of comments on 90% submittal and comments from FDEP and County Development on permit application submittals. • Schedule for services during bidding is based on thirty (30) calendar day bid period. Part II Marco Island Executive Airport (MKY) Apron Expansion and Airfield Safety Improvements The schedule for the design development is anticipated to be two hundred and thirty (230) calendar days from issuance of Notice to Proceed (NTP). • Submit 30% design plans, technical specification outline, design narrative, and cost estimate twenty (20) calendar days from NTP. • Submit 60% design plans, technical specifications, cost estimate and engineer's report fifty (50) calendar days from receipt of comments on 30% submittal. • Submit 90% final construction plans, specifications suitable for bidding, and engineer's report including cost estimate forty-five (45) calendar days from receipt of comments on 60% submittal and comments from FDEP and County Development on permit application submittals. • Submit Issued for Bid construction plans, specifications suitable for bidding, and cost estimate ten (10) calendar days from receipt of comments on 90% submittal and comments from FDEP and County Development on permit application submittals. • Schedule for services during bidding is based on thirty (30) calendar day bid period. C-1 "Design Services for Marco Executive Airport Terminal" Agreement #11 6561 C.4o SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self -insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in D-1 "Design Services for Marco Executive Airport Terminal" ; �90 Agreement #16-6561 the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three D-2 "Design Services for Marco Executive Airport Terminal' C90 Agreement #16-6561 (3) business days after the renewal of the policy(ies). Failure of the Consultant to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? _X_ Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $100,000 Each Accident $100,000 Disease Aggregate $100,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: X Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2, 000, 000 D-3 "Design Services for Marco Executive Airport Terminal, Cc Agreement #16-6561 _ y (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non -owned or hired vehicle with limits of not less than: X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. D-4 "Design Services for Marco Executive Airport Terminal' 6D® Agreement #16-6561 PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: X $1,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers D-5 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 `g® and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to -OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self -insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. C. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3)­ If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-6 "Design Services for Marco Executive Airport Terminal" C-40 Agreement #16-6561 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Atkins North America, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning 16-6561 - Design Services for Marco Executive Airport Terminal are accurate, complete and current as of the time of contracting. 0 Atkins North America, Inc. BY: TITLE: DATE: t (�5 1 /1(, . E-1 "Design Services for Marco Executive Airport Terminal" Agreement #16-65G SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Name Personnel Category % of time Fin Bonset Principal In Charge 40% Darin Larson, P.E. Project Manager 70% Thomas Roda, P.E. QA/QC Manager 30% Will Bowdoin, P.E. Lead Civil Engineer 80% Kevin McCauley, P.E. Lead Airfield Engineer 70% Anna Marron Aviation Planning Airspace 50% Craig Hanson Lead Aviation Design Architect 70% Fleet Wulf, P.E. Utility and Stormwater Engineer 80% Edward Cronyn, PWS Environmental/Permitting 20% Nathan Parish, P.E. Construction Management/Inspection 90% (during construction) Michael Ryan, P.E. Construction Management/Inspection 20% (during construction) Roberto Mantecon, PSM Surveyor 50% Subconsultants SchenkelShultz Architecture Gary Krueger, AIA Construction Management/inspection AVCON, Ind. Zemp Pepper, P.E. Gilbert Ortez, P.E. TRC Worldwide Paul Moerschel, P.E. Urban Green Studios Danya Fedrick, RLA Tierra Michael Jordan, P.E. MEP MEP Structural Landscape Architect Geotechnical 70% 70% 70% 60% 60% F-1 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 O SCHEDULE G RFP #16-6561, including the Granting Agency Provisions (following this page) G-1 "Design Services for Marco Executive Airport Terminal" Agreement #16-6561 (�^ O REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. coer county Administrative Services Department Procurement Services Division GRANT FUNDED COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation RFP 16-6561 Design Services for Marco Executive Airport Terminal Brenda Brilhart, Procurement Strategist (239) 252-8446 (Telephone) (239) 252-6697 (Fax) BrendaBrilhart@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. 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. PrDcummad5ervices D v%on • 3327 Tamiam i Trail East - Naples, Flonda 341124901-234252&407 - xw.v.eulliergovneVprocurementsernces CCNA (Revision 01202016) Table of Contents LEGALNOTICE......................................................................................................................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ...................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS............................................................................ 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS................13 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP...........................................16 ATTACHMENT 1: CONSULTANT'S NON -RESPONSE STATEMENT......................................23 ATTACHMENT 2: CONSULTANT CHECK LIST.......................................................................24 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT........................................................25 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT............................................26 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION..............................................28 ATTACHMENT 6: CONSULTANT SUBSTITUTE W — 9............................................................29 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS........................................30 ATTACHMENT 8: REFERENCE QUESTIONNAIRE.................................................................32 EXHIBIT A — SCOPE OF SERVICES.........................................................................33 EXHIBIT B — FLOOR PLAN EXHIBIT C — CONCEPT SITE PLAN EXHIBIT D -- GRANTING AGENCY PROVISIONS EXHIBIT E — GRANT FORMS RFP 16-6561 Marco Airport Terminal 2 Collier County Administrative Services Department Procurement Services Division Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide professional design services for Marco Executive Airport Terminal will be received until 3:00 PM, Naples local time, on May 2, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation RFP 16-6561 - Design Services for Marco Executive Airport Terminal Services to be provided may include, but not be limited to the following: The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. The proposal must identify architectural, MEP, structural, civil and landscape architecture for the complete design and required permits. A pre -proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on April 5, 2016. RFP 16-6561 Marco Airport Terminal Exhibit I: Scope of Work, Specifications and Response Format As requested by the Airport Authority (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. Construction budget (if funded) is approximately ten (10) million dollars. Detailed Scope of Work — See Exhibit A Term of Contract The contract term, if an award(s) is/are made is intended to be for the design phase through project close-out with the appropriate grant agencies. Prices shall remain firm for the entire term of the design, bidding and awarded construction contract. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 4/5/16 Last Date for Receipt of Written Questions 5:00 PM, 4/23/16 Addendum Issued By 4/25/16 Solicitation Deadline Date and Time 3:00 PM 5/2/16, Anticipated Evaluation of Submittals Week of 5/2/16 Anticipated Completion of Contract Negotiations By 5/31/16 Anticipated Board of County Commissioner's Contract Approval By 6/30/16 RFP 16-6561 Marco Airport Terminal Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non- responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. Site Inspection: If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non -responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. Tab I: Cover Memo Cover Letter Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Contractor's certification that the Contractor will accept any awards as a result of this RFP. Submit proposed subcontractors if applicable. Tab II: Project Approach. (25 points, 10 pages maximum; note: Only 2 of the 10 pages can be in 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the prescribed limit. The proposer shall include a description of how the design of the project will be approached. It will include options to be considered and the issues to be resolved. It will specifically address project permitting and methods to be used to minimize the project footprint and will demonstrate the consultant's innovation in providing cost effective solutions meeting the project objectives. RFP 16-6561 Marco Airport Terminal Tab III: Schedule and Quality Control. (20 points, 4 pages maximum; note: Only 1 page of the 4 pages can be in a 11 X 17 format) The proposal will be assessed -1 point for each additional page over the prescribed limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this project on a fast track schedule. The schedule will show the Design Team that is proposed for assignment to this project. It will provide the names of key team members, so that it ties to the expertise listed under TAB IV, and the strength of the Design Team can be analyzed. The schedule will follow the outline in the Statement of Work, demonstrating the consultant's ability to secure all required permits at the time of 100% plan submittal one year from being given Notice to Proceed. Tab IV: Experience of the Firm. (25 points, 5 pages maximum) The proposal will be assessed - 1 point for each additional page over the prescribed limit. The Proposer shall have a minimum of five (5) years acceptable Design experience with airport runway projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) similar project references for correction facility projects only with contacts, title, telephone numbers, and mailing addresses. The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for correctional facility projects within the past five (5) years. The Proposer shall furnish a list of references, contacts and titles, telephone numbers, name of agency, and mailing addresses. Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. List Current Correctional Facility Projects in the Format Identified Below Project Original Final Number of Description Start Date End Date Budget Project Change Cost Orders Tab V: Proposed Staff Experience and Availability. (20 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the prescribed limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the proposal shall remain on the Consultant's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. Of particular interest to the selection committee will be prior experience with similar airport projects and experience in securing permits of a similar nature in Collier County. RFP 16-6561 Marco Airport Terminal The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub -consultants. If sub - consultants are being utilized, letters of intent from stated sub -consultants must be included with proposal submission. (Letters of Intent do not count in the total number of pages.) Tab VI: References — 5 Completed and Returned (10 points) In order for the contractor to be awarded any points for this tab, the County requests that the contractor submits five (5) completed reference forms (See Attachment 8) from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Reference Score Points Awarded Consultant ABC 445 10 Consultant DEF 425 9.6 Consultant GHI 388 8.7 Consultant JKL 365 8.2 Consultant MNO 325 7.3 Note: Sample chart reflects a 10 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VII: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered RFP 16-6561 Marco Airport Terminal after the award, or if applicable, during negotiations. Exceptions taken by a Contractor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab Vill, Required Form Submittals • Attachment 2: Contractor Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Contractor Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page or Memorandum of Understanding • Attachment 6: Contractor Substitute 9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Grant Forms See Exhibit "C" ■ Conflict of Interest ■ Debarment / Suspension ■ DBE Form • Grant Acknowledgment ■ Lobbying RFP 16-6561 Marco Airport Terminal 8 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre -Proposal Conference The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP 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 RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. 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. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, 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 RFP from the Purchasing Department. 5. Proposal, Presentation, 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 RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, Naples local time, on or before May 2, 2016 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist RFP 16-6561 Marco Airport Terminal The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants may submit proposals electronically on www.colliergov.net/bid or submit one paper copy and one (1) compact disk (CD) which includes a copy of the entire proposal (in Word, Excel or PDF). List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. 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. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: 1) The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2) The Request for Proposal is issued. 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 RFP. 4) Selection committee meetings will be open to the public and the Procurement professional will publicly post prior notice of such meeting(s) in the lobby of the Purchasing Building and on the County's Procurement Services Internet site. RFP 16-6561 Marco Airport Terminal 10 5) Prior to the first meeting (Organization Meeting) of the selection committee, the Procurement professional will post a notice announcing the date, time and place of the meeting at least three (3) working days prior to the meeting. At the 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 publically 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. 6) Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal 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. 7) At the scheduled selection 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. At the conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. a) At the conclusion of public comments (provided for in number 7), the selection committee members will individually rank order each proposer. 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, public comments, and/or additional credit information. s) Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. lo) In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, 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 individual ranking and subsequent selection committee overall ranking and final ranking. 11) 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 Strategist. By final consensus, and 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. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. The County reserves the right to withdraw this RFP 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. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. RFP 16-6561 Marco Airport Terminal 11 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab I, Project Approach 25 Tab II, Schedule & Quality Control 20 Tab III, Experience and Capacity of the Firm 25 Tab IV, Staff Experience & Availability 20 Tab V, References 10 TOTAL POINTS 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re -solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re -advertise using the same or revised documentation, at its sole discretion. RFP 16-6561 Marco Airport Terminal 12 2. 3. 4. Exhibit III: Collier County Purchase Order Terms and Conditions Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities RFP 16-6561 Marco Airport Terminal 13 7 Q a and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or RFP 16-6561 Marco Airport Terminal damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non -Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges and without exception or stipulation shall be fully 14 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. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may RFP 16-6561 Marco Airport Terminal be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. 15 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements 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. 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 Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." 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. 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 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. 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. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. RFP 16-6561 Marco Airport Terminal 16 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. 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. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. 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. 5. Contractor Performance Evaluation The County has implemented a Contractor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, contractors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's RFP 16-6561 Marco Airport Terminal 17 mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 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. The County's project manager shall coordinate with the Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance The Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Contractor's invoices must include: • Purchase Order Number 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 E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a)collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices RFP 16-6561 Marco Airport Terminal 18 submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. 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. 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 contractor or contractor for services performed of for materials delivered in association with a contract. 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. 9. Environmental Health and Safety 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. 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. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses 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. 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. If you have questions regarding professional licenses contact the Contractor Licensing, Community RFP 16-6561 Marco Airport Terminal 19 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. 11. Survivability The Consultant agrees that any Purchase Order that extends beyond the expiration date of the original Solicitation 16-6561 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Purchase Order. 12. Principals/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. 13. 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. 14. Termination Should the Consultant be found to have failed to perform his 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. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida 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. RFP 16-6561 Marco Airport Terminal 20 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. 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 RFP. 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 RFP. All submittals in violation of this requirement will be deemed non -responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. Protest Procedures Any prospective 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 prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. 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 two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. 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. 19. 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. 20. Security and Background Checks If required, Consultant shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing 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. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. RFP 16-6561 Marco Airport Terminal 21 22. 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, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Law Affidavit Certification 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. 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 professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants 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 Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit, the Consultant's proposal may be deemed non -responsive. 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. 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. 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. RFP 16-6561 Marco Airport Terminal 22 Collier 0014.-14ty Administrative Services Department Procurement Services Division Attachment 1: Consultant's Non -Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation RFP 16-6561 - Design Services for Marco Executive Airport Terminal 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 RFP 16-6561 Marco Airport Terminal 23 Collier C014.-114ty Administrative Services Department Procurement Services Division Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms (including grant forms) have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist RFP 16-6561 - Design Services for Marco Executive Airport Terminal ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ❑ If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER -DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date RFP 16-6561 Marco Airport Terminal 24 Collier 0014.-114ty Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit 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 proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of _ County of _ SUBSCRIBED AND SWORN to before me this Notary Public day of , 20, by who is personally known to me to be the for the Firm, OR who produced the following identification My Commission Expires RFP 16-6561 Marco Airport Terminal 25 Collier Cotianty Administrative Services Department Procurement Services Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Dear Commissioners: The undersigned, as Consultant declares that this proposal 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 Consultant agrees, if this proposal 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 proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. 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 Telephone: FAX: Signature by: (Typed and written) Title: RFP 16-6561 Marco Airport Terminal 26 Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: RFP 16-6561 Marco Airport Terminal 27 Collier 0014.-114ty Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant's proposal as non -responsive. Collier County will not intentionally award County contracts to any Consultant 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 Consultant 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. Consultant 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 Consultant's / Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration as identification. (Type of Identification and Number) The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. RFP 16-6561 Marco Airport Terminal 28 Collier County Administrative Services Department Procurement Services Division Attachment 6: Consultant 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) require 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 State Telephone FAX Order Informatioi Address City FAX Email State Zip 2. Company Status (check only one) City ZiD Email Remit / Payment Information Address City State FAX Email WE _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Consultants 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 Deriurv. 1 certifv that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number RFP 16-6561 Marco Airport Terminal 29 Collier C014.nty Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury patterned after the current Liability and Property Damage Liability. This shall include Premises and ISO form Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ❑ Indemnification To the maximum extent permitted by Florida law, the Contractor/ Consultant shall 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/Consultant or anyone employed or utilized by the Contractor/Consultant in the performance of this Agreement. 4. ® Automobile Liability 5. ❑ Other insurance as noted: $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included ❑ 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. ❑ Pollution $ Per Occurrence Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty / Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. RFP 16-6561 Marco Airport Terminal 30 6. ❑ 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. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds 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. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11. ® Thirty (30) Days Cancellation Notice required. Consultant'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. Name of Firm Consultant Signature Print Name Insurance Agency Agent Name Date Telephone Number RFP 16-6561 Marco Airport Terminal 31 Collier C01414.ty Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: FAX: (Evaluator's Company completing reference) Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: 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 Please FAX this completed survey to: QI RFP 16-6561 Marco Airport Terminal 32 EXHIBIT A Scope of Work, Specifications and Response Format As requested by the Collier County Airport Authority (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified firms in accordance with the terms, conditions and specifications stated or attached. The Contractor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Brief Description of Purchase The Collier County Airport Authority is seeking proposals from qualified firms to provide professional design, permitting and project oversight services for a new terminal and GSE facility, expanded aircraft parking apron, new vehicle parking, building demolition and pavement removal at the Marco Island Executive Airport. The proposal must identify architectural, MEP, structural, civil and landscape architecture for the complete design and required permits. This is expected to be a three (3) to four (4) year design and construction program due to annual funding constraints and intense seasonal traffic activity and is dependent upon the level of grant funding available through FAA and FDOT. See draft floor and conceptual site plans in Exhibit "B" and "C". See attached Exhibit "D", Granting Agency Documents and Exhibit "E", Granting Agency Forms, incorporated herein by reference. Background The Marco Island Executive airport is served by one 5,000 ft. x 100 ft runway and an existing terminal building of approximately 8,000 square feet. This project includes preparing design plans and bid documents required to relocate the airport terminal to the west, construct a shelter for ground support equipment, demolish the old terminal and construct aircraft apron where the terminal previously existed, and extend the taxiway to the north. The existing general aviation terminal building at the Marco Island Executive Airport is located within an unsafe distance from the active runway, which deviates from current FAA design/safety standards. The building is located approximately 50 feet from the Runway Object Free Area. It is completely within the Part 77 Transitional Surface and future Parallel Taxiway Object Free Area, which is currently utilized an as aircraft parking area/taxilane. This project alleviates safety concerns while addressing ramp/parking capacity issues, which is extremely limited during the busy winter months. The new terminal will be relocated west of the current vehicle parking on land acquired by the Airport Authority between 2006 and 2008. This project includes the preparation of design plans and specifications, bid documents, permitting and construction administration services throughout the life of the project. Detailed Scope of Work 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 apron expansion, terminal (obstruction) demolition, and taxiway extension will be primarily funded with Federal (FAA) AIP dollars, while all design and construction aspects associated with the new terminal, GSE and auto parking facilities will be primarily funded with State (FDOT) and local (County) dollars, as depicted in the concept drawing provided in separate attachment. Therefore, services associated with each funding source shall be clearly identified and delineated throughout the life of the project. Phase I -- Design Phase Services: The terminal design shall include, but not be limited to all architectural, civil, structural, and electrical engineering typically required for building construction. This will consist of a 13,000-15,000 square RFP 16-6561 Marco Airport Terminal 33 foot building(s) to be used as the FBO and Authority Administrative Offices. The design must incorporate all utilities, site development and parking. Services shall consist of all phases of design, including but not limited to: programming, schematic design, design development, construction documents, all permitting and services during construction. The structure will incorporate in its design, Collier County's Vertical Standards, a copy which may be obtained from the Department of Facilities Management. The consultant shall provide the Authority with various building design concepts and options for incorporation in the overall facility layout. The first level floor space allocation as shown on Exhibit B, would consist of customer service, public use space such as public seating/lounge area, restrooms, vending machines, and circulation (hallways, stairs, and elevator). In addition, Authority Operated FBO offices and FBO/Flight line operations space, pilots lounge/planning area, rental car space, equipment storage, fire protection, and mechanical/electrical equipment space would be accommodated on the first floor. The second level as shown in Exhibit B would provide space for Collier County Airport Authority board/conference room and airport management administration including: offices, meeting room, visitor waiting area, file storage, work area, break room, general storage, circulation, and equipment space. The apron expansion, terminal demolition, and pavement removal design shall include (as depicted in Exhibit C), but not be limited to all civil, structural, and electrical engineering typically required for airfield pavement projects on active airports in accordance to FAA requirements and in accordance to FAA Advisory Circulars 150/5300-13, 16, 17 & 18 as well as all supporting services such as surveying (including AGIS) and geotechnical services. The selected firm shall be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. In addition, ability to provide affidavits of no conflict of interest or to provide services separate from private sector clients shall be required. The consultant should be prepared to assist with grant preparation and may or may not be requested to perform administration for FAA and FDOT grant programs. The County's intent is to set up the contract in Phases. The Design Phase services will be negotiated first and if post bid award and construction services are required, these subsequent phases will be negotiated when funding available. Phase II — Bidding Phase Services may include the following: • Prepare the necessary bidding technical specifications, and bid schedule(s). • Prepare a written cost estimate, engineering and functionality recommendations • Attend a pre -bid conference, if required. • Prepare bid document addenda including drawing revisions and engineering calculations, as necessary or as requested • Answer questions by bidders during the bid period. • Bid Opening: Review lowest three contractors' bid documents for conformity with technical requirements and completeness of response of the Bid Package and reasonableness of bid quoted. • Make written recommendation as to contract award to Airport staff. • Conform all contract drawings to Addenda as required after award of the construction contract. All contract drawings must be conformed within one month of the construction bid opening date. Phase III -- Construction Phase services may include: The Consultant may be required to coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County's design Professionals and Contractors. RFP 16-6561 Marco Airport Terminal 34 The Consultant shall provide the overall construction administration and possibly construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. 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 • 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 RFP 16-6561 Marco Airport Terminal 35 o Verify that tests, equipment, and systems start up 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 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 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 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 minimum, with the following tasks. 1. Provide final calculations, construction documents and specifications in consultation with the Owner. 2. Prepare and file all applications, data, and documents required to obtain approval of all authorities having jurisdiction over the project. 3. Process, review, approve, and distribute shop drawings, product data, samples, substitutions and other submittals required by the Construction Documents. 4. Construction field observation services consisting of visits to the project site as frequently as necessary. 5. 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. 6. Review all change order requests and/or time extension requests by the Contractor. 7. Conduct final inspections and assist Owner in final acceptance of the project. 8. Additional services as may be necessary and appropriate. RFP 16-6561 Marco Airport Terminal 36 I�/:Ila�i-3 FLOOR PLAN RFP 16-6561 Marco Airport Terminal 37 M N 0 i0 0 04 N 0 3 N U) a Ln a N 0 0 f z g a .a CL ui 25'-0" I �� ROOF OVERHANG AREA RESERVED FOR FUTURE SEATING AREA/LOUNGE BUILDING EXPANSION (25f SEATS) O (903 SF) SNACK AREA ,(246 SIN x a z oID J C� I� zd -UP -- ,�x, o STAIRS 8 ELECTRICAL (156 SF) CORRIDOR (420 SF) CAR RENTAL 7MEN'S (128 SF) WOMEN'S RESTROOM c� tESTROOM (238 SF) l f 'N' ) I L-' RAC 60 OFFICE I� ( ) _. � l �= ROOF OVERHANG NEW FIRST FLOOR G.A. TERMINAL/ADMIN. BUILDING PUBLIC SPACE SEATING AREA/LOUNGE 903 SF SNACK AREA 246 SF ENTRY FOYERS 383 SF CENTRAL LOBBY 725 SF CIRCULATION (CORRIDORS, STAIRS, ELEVATOR, ETC.) 1,018 SF RESTROOMS 476 SF GENERAL AVIATION SPACE GA CUSTOMER SERVICE 1,207 SF PILOT LOUNGE/FLIGHT PLANNING 470 SF SUB TOTAL 5,428 SF OTHER SPACE RENTAL CAR 184 SF MECHANICAL/EQUIP./FIRE PROTECTION 489 SF TOTAL 1ST FLOOR 6,101f SF AIRSIDE - (AIRCRAFT PARKING) 125'-0" CANOPY 25'-D"f VESTIBULE ENTRY FOYER (197 SF) o m o SEATING AREA CENTRAL LOBBY (725 SF) 0 0 ENTRY FOYER (186 SF) CANOPY LANDSIDE (AUTO PARKING) FBO/ FUEL SALES (77 SF) z MARCO ISLAND FLIGHT SERVICE (132 SF) u ELEVATOR EQUIPMENT (54 SF) 25'-0" ROOF OVERHANG OFFICE (116 SF) HALL (215 SF) OPERATIONS CREW OFFICE (113 SF) FLIGHT FAA MANUALS TRAINING FILE ROOM/ ROOM STORAGE (115 SF) (115 SF) 2W-D" SLAIFLIGHT STATI(156 AREA RESERVED I FOR FUTURE BUILDING EXPANSION L_IC SHOW 0EEE LKR MP LOR(83 LRSTROOa % EA (85 n LOCKERS CORRIDOR (560 SF) PILOT'S PLANNING UP (183 SF) . . GRAND STAIRS PILOT'S LOUNGE (287 SF) ROOF OVERHANG NOTE: THIS IS A CONCEPTUAL FLOOR PLAN LAYOUT REPRESENTING HOW THE FUTURE NEW TERMINAL BUILDING SPACE COULD BE ORGANIZED. I,-- 'mIIL Q d Lu 7 }, H � CL W W m O CL 2 Q � J � iv J a t� `v CL 2 Q �,Qutr 1LuQa 00 - Z Jp >o a Lu JZZ MECHANICAL EQUIPMENT x 0 N 0 J J 3 d (183 SF) g LU Co I= Z C 0 0 LJL ~ Z Z -j FIRE PROTECTION (64 SF) -�- ,1 Z ; co) Lu Ci J J a? Q co) Z J Z m uw IH 10 0 10 FIGURE: GRAPHIC SCALE IN FEET 4.2 u ROOF OVERHANG CCAA CONFERENCE ROOM (820 SF) I (D cD l c 11 c 1 c z a x o 0 0 DN STAIRS ELECTRICAL (101 SF) ROOF OVERHANG D D) EXECUTIVE DIRECTOR OFFICE (350 SF) D WOMEN'S RESTROOM (210 SF) NEW SECOND FLOOR G.A. TERMINAL/ADMINISTRATION BUILDING AIRPORT ADMINISTRATION SPACE 4,652 SF RESTROOMS 420 SF CIRCULATION (CORRIDORS/ELEVATORS) 1,014 SF SUPPORT SPACE (MECH/ELEC/STOR.) 406 SF TOTAL 2ND FLOOR 6,492t SF 125'-0" 1 � � 25'-0" CANOPY SECRETARY (302 SF) CORRIDOR (802 SF) MEWSNr] RESTROQM 1 u SMALL MEETING ROOM _ �� (337 SF) RECEPTION (265 SF) ROOF OVERHANG 1-1 7, J) BOOKKEEPER COUNTY AIRPORT OPERATIONS OFFICE ACCOUNTING OFFICE DIRECTOR OFFICE (255 SF) (218 SF) (249 SF) CORRIDOR/HALL (541 SF) ENTRANCE AREA O (186 SF) 0 BREAK ROOM (200 SF) ❑ EN WORK AREA C3PY/FAX/MAIL/ MAP ROOM c (360 SF) LOBBY STORAGE ON (102 SF) WAITING AREA GRAND (174 SF) STAIRS ELIULI[\L�O O � � � O MECHANICAL EQUIPMENT STORAGE (219 SF) (54 SF) ROOF OVERHANG CANOPY I NOTE: THIS IS A CONCEPTUAL FLOOR PLAN LAYOUT REPRESENTING HOW THE FUTURE NEW TERMINAL BUILDING SPACE COULD BE ORGANIZED. /SPARE OFFICE/ SPECIAL PROJECTS/ CONTRACTOR'S (209 SF) t- 0 a a w m U a W W c a Z O J CID ct; J 0 �. V O d � a �Orly �11 y�y i as W d Z J0 W V W JZZ NOJ WcaCC Zm0 0 0 C3 LL ZJ W JU)J a? 20 �acm a Z J Z W I IL W H Z* ! I 10 0 10 FIGURE: GRAPHIC SCALE IN FEET 4.3 EXHIBIT C CONCEPT SITE PLAN RFP 16-6561 Marco Airport Terminal 38 r rr r r r r r r r r r r r r r r r r r r r r r r r r r r r im m RSA I • I • I ' • I • RSA RSA r RSA RSA RSA r r I r r r r r r r r r r r FUTURE TDG-2 — — FILLET GEOMETRY r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r r ADG—III TAXILANE A ADG—II TAXIWAY A r r r r r r r r r r r r r r r r r ROFA ROFA ROFA Ln FUTURE (ADG 1) AIRPORT PROPERTY LINE — — RSA U) z 0 L w 0 z LLJ L0 o L0 �w a_ J a m w ao V) \ 0 — w V) U 0 w 0 a wOf 0 Of°� 0 w Q 0 � w 0 0 w z U Q Of a ::) w cn 0 o z co CD Lc)SELF—SERVICE o CO Q FUEL (AVGAS) < I -�- T : < �- T : • �- T TAXIWAY OFA (GONG. PAD) — — — TOFA TOFA — — — — TOFA TAXILANE OFA �. AIRCRAFT PARKING,;; � I < 81 81 ozXQ�(ADG II) � 81, 81 z 35.5' 35.5' Q39.5' 39. 39.5' 39.5' o LL_ LL_ LLJ LLJ Q Q O Q � Q o FUEL w T—HANGAR o � O �O Lli FARM _wX T—HANGAR O (8 UNIT) w x zQQ z Q Q Qz v(6 UNIT) ww w CIVIL L Q� z z � z J AIR PATROL TAXILANE OFA Q Q Q Q X Q X 00 X X X w r r r r r r r r r r r r r r r r r r J J HANGAR �n XQ X X Q Q X Q xQ 0 x TAXILANE (ADG II) 39.5' 35.5' 0 TRENCH DRAIN o .............. L TRENCH DRAINICE ..:'STORMWATER Ln RETENTION -F O ........ .. .... ..... ....... (0.5�ACR a0 CD — I — WOS ICE Q AIRCRAFT PARKING,' Q A rr����r������������ � ..;.....: .:...• :.:.:................. .:.:.:.:� (ADG II) '' I �. r r r r Q Q . EXIST.:..... o 0 0 POND..'.':::: ............... .. - ............... % o0 00 o Q rr r r r r r r r r r r r r r r r r ....... ............... �l rr r r ...... .............. rr r r r r r r r r r r r r r r r L'.'•"'.'.'.'.'.'.'.'.'.'.•.'................ ........'.................... I � � � � � � ��� �� �•:'•':':.:•:•.•.•.•.•:•:•:•:•:•:•:•:•:•.•:•:•.•.. � � � TAXILANE OFA ....'..............'.'. \' x ........ 00 x LLJ BEACON TAXILANE (ADG III) cn 00 FUTURE APRON EXPANSION z .............oz (RESERVED FOR FUTURE HANGARS/TIE—DOWNS) TAXILANE OFA LLJ r r r r r r r r r r r r r r r r r x w MANGROVES T rrrrrrrr�rrrrr��r GSE AREA GSE AREA I ......,.:� GATE---- rrrrrrr��rrrr���rr I .•.•.•.•.•. � FUTURE 2 LEVEL . TERMINAL 50 GSE cn DELIVERIES (12593 SF) rrrrrrrr�rrrrrrrrr, x I w STORAGE rrrrrrrrrrrrrrrrrr� I ;•;•;•� I Q \ XX rrrrrrrrrrrrrrrrrrr. ( \� SIDEWALK SIDEWALK GATE x �C�7XX 7 XX XX XX XX XX XX XX XX XX XX XX XX XX XX XX .................................................................................................................................................................... W'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'.'. rr r r r r r................................................................... ....... ........ .... .......................................................... Q '''''''.....'...........................................................�TT��T..........................................z f 7 7 �7 77 7 � (.) r r r r r r r r r r r r r r r r r r r rr r r r r r r r r r r r r r r r r r r Q � � � 1............................................................................................................................................................................................... < FUTURE PARKING (89 SPACES) I ..................................... o x it - i � 7T�7 7 7 T 7L/L� T�7 7 7 T �7 7L i EXTENSION OF USE LINE I.:.:......:.:. — — , — — — — , _ — — z MANGROVES r r r r r r r r r r r r r 1:.:X..:...:.:.:.:.:.:.:.. ............... ':`-:,-`-`-`-:-:-STORM WATER RETENTION.::. ACRES 1 GOLF COURSE \ I �� MAINTENANCE FACILITY r r r r r r r r r r r r r r r r r O O MANGROVES LEGEND ITEM EXISTING FUTURE AIRPORT PROPERTY LINE — — N/A EXTENSION OF USE LINE — — — — N/A (SEE CALL OUT ON DRAWING) AIRFIELD PAVEMENT PAVEMENT TO BE REMOVED N/A ROADS & PARKING BUILDINGS SECURITY FENCE x x x xx xx xx RUNWAY SAFETY AREA RSA N/A / RUNWAY OBJECT FREE AREA ROFA / N A TAXIWAY OBJECT FREE AREA TOFA N/A TAXILANE OBJECT FREE AREA N/A — — ROTATING AIRPORT BEACON N/A THRESHOLD LIGHTS ®®® ®®® N/A PAPI ®®®® N/A REIL v N/A WATER BODIES l J Z* 50 0 50 100 GRAPHIC SCALE IN FEEET r r r r r r r r r r r r r r r (!) Lu z � Q F D LL >0 >0 m ZO m O O� LL D o Q W a W a — � W J o� J O a Oa U R ,00 IT 'ry 1►9I110,3 DESIGNED: RJM DRAWN: RJM CHECKED: FMN PROJECT MANAGER: MLT PROJECT DIRECTOR: MLT DATE: 4/15 SHEET: 6 OF 8 EXHIBIT D GRANT AGENCY PROVISIONS RFP 16-6561 Marco Airport Terminal 39 Exhibit D Federal Aviation Administration Provisions CFDA 20.106 The services performed by the awarded Contractor shall be in compliance with all applicable FAA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts ( e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider 1. ACCESS TO RECORDS AND REPORTS (Applies to subcontracts) 2 CFR § 200.333, 2 CFR § 200.336, FAA Order 5100.38 The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Applies to subcontracts in excess of $10,000) 41 CFR part 60-4, Executive Order 11246 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade: 17.1% Goals for female participation in each trade: 6.9% These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally -assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals Required Contact Provisions Issued on January 29, 2016 Page 1 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Florida, Collier County, Marco Island. 3. BREACH OF CONTRACT TERMS 2 CFR § 200 Appendix II(A) Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The County will provide the Contractor or Consultant written notice that describes the nature of the breach and corrective actions the Contractor or Consultant must undertake in order to avoid termination of the contract. County reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the County elects to terminate the contract. The County's notice will identify a specific date by which the Contractor or Consultant must correct the breach. County may proceed with termination of the contract if the Contractor or Consultant fails to correct the breach by deadline indicated in the County's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. 4. BUY AMERICAN PREFERENCE Title 49 USC § 50101 The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The County will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. 5. GENERAL CIVIL RIGHTS PROVISIONS 49 USC § 47123 The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. Required Contact Provisions Issued on January 29, 2016 Page 2 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 6. Title VI CIVIL RIGHTS PROVISIONS Solicitation Notice: Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with Required Contact Provisions Issued on January 29, 2016 Page 3 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally -Assisted Programs of The Department of Transportation — Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low - Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Required Contact Provisions Issued on January 29, 2016 Page 4 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 7. CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR § 200, Appendix II(G) (Applies to subcontracts in excess of $150,000) Contractor agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the County immediately upon discovery. The County assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. 8. CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (Applies to subcontracts) 2 CFR § 200, Appendix II(E) 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) of this clause, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this clause. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the County shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 of this clause. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this clause. Required Contact Provisions Issued on January 29, 2016 Page 5 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 109. DEBARMENT AND SUSPENSION (Applies to subcontracts of $25,000 or more) 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 Bidder or Offeror Certification By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. Lower Tier Contract Certification The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. 10. DISADVANTAGED BUSINESS ENTERPRISES (Applies to subcontracts) 49 CFR part 26 The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Collier County Airport Authority, as owner of the Collier County General Aviation Airports, to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a DBE. A DBE contract goal of 5.6 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder will be required to submit the following information with their proposal on the forms provided herein: (1) The names and addresses of DBE firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (5) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); (6) If the contract goal is not met, evidence of good faith efforts. Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Required Contact Provisions Issued on January 29, 2016 Page 6 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 Prompt Payment Mechanisms (§26.29) - The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contract receives from the Authority. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Authority. This clause applies to both DBE and non -DBE subcontracts. Directory (§26.31) The Authority uses the Florida Unified Certification Program (FL UCP) DBE Directory, maintained by the Florida Department of Transportation (FDOT). The Directory lists the firm's name, address, phone number, date of the most recent certification, and the type of work the firm has been certified to perform as a DBE. In addition, the Directory lists each type of work for which a firm is eligible to be certified by using the most specific NAICS code available to describe each type of work. The Florida Department of Transportation updates the Directory at least annually, and periodically, as necessary. The Directory is available for review by contacting: Justin Lobb, Airport Manager, Collier County Airport Authority, 2005 Mainsail Drive, Suite 1, Naples, FL 34114, 239-642-7878. The Directory may be found at http://www.dot.state.fl.us/equalopportuniiyoffice/ office/ Certification Process (§ 26.61— 26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program. The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. For information about the certification process or to apply for certification, firms should contact: Florida Department of Transportation (FDOT) Equal Opportunity Office 605 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850) 414-4747 Equal Opportunity Office http://www.dot.state.fl.us/equalopportunityoffice/ Administrative reconsideration (§26.53(d)) Within ten (10) days of being informed by the Authority that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Gene Shue, Operations Support Director, Collier County Airport Authority, 2885 S. Horseshoe Drive, Naples, FL 34104, 239-252-5169. The reconsideration official will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Authority's administrative reconsideration official to discuss the issue of whether it met the goal or made adequate good faith Required Contact Provisions Issued on January 29, 2016 Page 7 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 efforts to do. The Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the US Department of Transportation. 11. TEXTING WHEN DRIVING (Applies to subcontracts exceeding $3,500) Executive Order 13513, DOT Order 3902.10 In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub -grant. In support of this initiative, the County encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. 12. ENERGY CONSERVATION REQUIREMENTS (Applies to subcontracts) 2 CFR § 200, Appendix II(H) Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 620let seq). 13. EQUAL OPPORTUNITY 2 CFR 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. Required Contact Provisions Issued on January 29, 2016 Page 8 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. 14. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 29 U.S.C. § 201, et seq All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor or Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor or Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division 15. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, 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 Required Contact Provisions Issued on January 29, 2016 Page 9 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 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 sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients 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 section 1352, title 31, U.S. Code. 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. 16. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Applies to subcontracts) 20 CFR part 1910 All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. 17. SEISMIC SAFETY 49 CFR part 41 Professional Service Agreements for Design - Seismic Safety In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard which provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the County a "certification of compliance" that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. 18. TERMINATION 2 CFR § 200 Appendix II(B), FAA Advisory Circular 150/5370-10, Section 80-09 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. Required Contact Provisions Issued on January 29, 2016 Page 10 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Termination for Default (Professional Services) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by County approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. 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. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the County: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the County's breach of the contract. In the event of termination due to County breach, the Engineer is entitled to invoice County and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. County agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Required Contact Provisions Issued on January 29, 2016 Page 11 AIP Grants and Obligated Sponsors Airports (ARP) Exhibit D Federal Aviation Administration Provisions CFDA 20.106 19. TRADE RESTRICTION CERTIFICATION 49 USC § 50104, 49 CFR part 30 By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the County if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the County cancellation of the contract or subcontract for default at no cost to the County or the FAA. 20. VETERAN'S PREFERENCE 49 USC § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. Required Contact Provisions Issued on January 29, 2016 Page 12 AIP Grants and Obligated Sponsors Airports (ARP) GRANTING AGENCY FORMS • Conflict of Interest ■ Debarment / Suspension ■ DBE Form ■ Grant Acknowledgment ■ Lobbying RFP 16-6561 Marco Airport Terminal 40 Vendor Submittal — 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 iMCI est 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. Certification Regarding Debarment, Suspension, and Other' Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within athree-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving 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 (1)(b) of this certification; and (d) Have not within athree-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this cercation, such prospective participant shall attach an explanation to this proposal. Title Firm Street Address, City, State, Zip Signature Project Name Project Number Tax ID Number DUNS Number 03/04/2013-(2) 1 Disadvantaged Business Enterprise (DBE) Utilization FORM 1 The undersigned bidder/offerer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder is committed to a minimum of %DBE utilization on this contract. The bidder (if unable to meet the DBE goal of 5.6%) is committed to a minimum of % DBE utilization on this contract and has submitted documentation demonstrating good faith efforts, fume of bidder's firm: State Registration No. (Signature) Title C�7��I�Z�i1�h►���/_�t:7�i7 �iii111�:L�T:7��1 Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT tiFORM 2 Name of bidder's firm: Address: City: Name of DBE firm: Address: City: Telephone: State: Zip: State: Zip: Description of work to be performed by DBE firm: The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. (Signature) (Title) CrZ�7�3WiSZIiAWJX1&/_11 tT7Ai1M Disadvantaged Business Enterprise (DBE) Utilization (M E)'' GOOD FAITH EFFORTS FORM 3 Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure disadvantaged, minority/women-owned and/or businesses as subcontractors/sub- consultants/suppliers. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. Fulfillment of the "good faith effort" can be accomplished by: 1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County. 2. Efforts to follow-up initial solicitation of interest by contacting disadvantaged/minority/women- owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by disadvantaged/minority/women-owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Documenting each disadvantaged/minority/woman-owned firm contacted the conclusion or decision regarding inclusion and reasons for the conclusions. 5. Efforts to assist the disadvantaged/minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that the contractor effectively used the services of available community organizationsI contractor's groups, local, state and federal agencies, small businesses, disadvantaged/minority/women business assistance offices and other organizations that provide assistance and placement of disadvantaged/minority/woman-owned businesses. Company Name: Printed Name: Title: Signed: Date: Disadvantaged Business Enterprise (DBE) Utilization (M BE) OPPORTUNITY LIST FORM 4 Prime Contractor/Consultant Address / Phone Number Procurement Number Disadvantaged businesses and minority vendors, as defined in the Federal Code of Federal Regulations or Florida State Statutes must have the opportunity to participate on contracts with federal and/or state grant assistance. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadva Laged2 LESS THAN $1 MIILION FIRM NAME MBE (Minority) BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 WILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvanta ed) LESS THAN $1 MIILION FIRM NAME MBE Minorit BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadvanta ed LESS THAN $1 MIILION FIRM NAME MBE Minorit BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST, FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadvanta ed) LESS THAN $1 MIILION FIRM NAME MBE Minorit) BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST, FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE Minori BETWEEN $1 - $5 MIILION PHONE WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. Acknowledgement of Terms, Conditions, and Grant Clauses 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 Authorized Signature Address Solicitation/Contract # Date 02/15 R3 • Certification Regarding Lobbying, The undersigned of his or her knowledge and belief, that: endor/ Contractor) certifies, to the best (1) No Federal appropriated funds have been paid or will be paid, by or on behalf %J 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 making lobbying contacts to 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 [as amended by 'Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, etseq.)] (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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)42)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Vendor/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. A 3801, et seq., apply to this certification and disclosure, if any. Name of Authorized Official Signature of Vendor/Contractor's Authorized Official Date Title oasis � SCHEDULE H CONSULTANT'S Proposal (following this page) H-1 "Design Services for Marco Executive Airport Terminal"G Agreement #16-6561 M ATKINS Collier County Board of County Commissioners Proposal for CCNA Solicitation, RFP 16-6561 - Design Services for Marco Island Executive Airport Terminal May 16, 2016 MARCO ISLAND EXECUTIVE AIRPORT n 0 a --A 0 v nCT 0 - m r 0 rt rt (D Tab 1. Cover Memo Cover Letter ATKINS May 16, 2016 Collier County Government Purchasing Department 3327 Tamiami Trail E Naples, FL 34112 Attn: Brenda Brilhart, Procurement Strategist Atkins North America, Inc. 1514 Broadway, Suite 203 Ft. Myers, Florida 33901-3015 Telephone: +1.239.334.7275 Fax: +1 .239.334.7277 www.atkinsgiobal.com/northamerica Re: Design Services for Marco Island Executive Airport Terminal, RFP 16-6561 Dear Ms. Brilhart and members of the selection committee, cost-effective'r 110 s 0 .o �s o o�Q�cy s�o RedU�ea Airport terminals function as the "front door" to a community for people arriving by air and will often be the first and last impression for people visiting the area. As such, the Marco Island Executive Airport Terminal facilities should be designed to express the quality and character of the area. In order to achieve this goal, it is very important that the Collier County Airport Authority (Division) selects a consultant team with experience to develop a design that not only creates a functional, cost-effective facility, but also clearly represents the local identity and regional factors of Marco Island and the Division. Project experience: The Atkins team key personnel have substantial and relevant experience in airport terminal planning, design, civil and airfield engineering, construction phase services, and all related support services directly applicable to a new terminal facility of this size. A relevant example of our experience includes the Page Field (FMY) Base Ops in Fort Myers. This new general aviation terminal exceeded the expectation of the Lee County Port Authority and won the AAAE General Aviation Architectural Project of the Year Award in 2013. Project team: Darin Larson, PE, LEED AP, will serve as the project manager for the Atkins team and will remain actively involved and committed through the duration of the contract. Based in Fort Myers, Mr. Larson will bring to the Division the lessons learned, new ideas, and innovative solutions he has developed from his recent experience working on a number of airside and landside development projects for airports throughout Florida, the U.S., and abroad, including projects at nearby Southwest Florida International Airport (RSW) and Page Field Airport (FMY). Atkins' subconsultant teaming partners were selected for their recent and relevant project experience and our extensive and successful working relationships together in Florida. Mr. Larson will be actively supported by a team of qualified experts who specialize in the range of services anticipated for this project, most of whom have managed major terminal and airfield development assignments themselves. • SchenkelShultz Architecture — Architectural Lead • AVCON, Inc. (DBE) — Mechanical, Electrical, Plumbing/Fire Protection (MEP/FP) Lead • TRC Worldwide — Structural Lead • Urban Green Studio (DBE) — Landscape Architectural Lead • Tierra (DBE) — Geotechnical Engineering The majority of our key staff are based in Naples, Fort Myers, and Tampa offices. This local experience has yielded a successful track record of coordination through local County and agency permitting processes. We have a similar successful record with the Federal Aviation Administration (FAA), Airport District Office (ADO) in Orlando, Federal Department of Transportation (FDOT) Office of Aviation, and are very familiar with their grant administration requirements and procedures. Ms. Brilhart and members of the selection committee May 16, 2016 Page 2of2 With our long history of serving as general consultant to numerous airports, we are extensively familiar with the planning, design, and construction characteristics of all phases of airport development —from initial funding and planning to project closeout. Every project has its own unique set of circumstances, and our team will work with the Division and the stakeholders to clearly identify the key project goals for the Marco Island Executive Airport Terminal. We look forward to providing the Division with outstanding aviation architectural and engineering design services and being a part of its bright future. If you have any questions, please feel free to contact me at 480.538.1573 or justin.jones@atkinsglobal.com or our project manager, Darin Larson, at 407.620.8112 or darin.larson@atkinsglobal.com. Sincerely, Atkins Justin Jones, PE Senior Vice President I officer of the firm 20860 North Tatum Boulevard Phoenix, AZ 85050 480.538.1573 Justin.Jones@atkinsglobal.com Darin R. Larson, PE, LEED AP Project Manager 1514 Broadway, Suite 201 Fort Myers, FL 33901 407.620.8112 Darin.Larson@atkinsglobal.com ui a41 Ico -S"i+,?, v i 1:S'l A- -- NAME COMPANY PHONE E-MAIL � �� z[=��Y�a�; h1,a�U Hn�ir�l� ��-?}� -�`il � �,� �c�a..l�o.�ia�•c�ti 11141AAAAW 3 -�rA- Sc o7T w Gs� ^1 [ OnL Um Tab II. 0 r+ Project Approach D� s Tab II: Project Approach The Atkins team's approach will be a true collaborative effort among all its team members and the Division staff. By combining the resources of Atkins, SchenkelShultz, AVCON, and our specialty firms TRC Worldwide Engineering, Inc. (TRC), Urban Green Studios, and Tierra, we provide the Division with a team that has experience working together and a project approach that includes an ongoing exchange of ideas; continual value engineering; and enhanced quality control processes that could accelerate schedules, reduce costs, and minimize risks. Atkins' subconsultant team members were selected for their recent and relevant project experience and our extensive and successful working relationships together in Florida. Through our team's mutual experience working with domestic and international airports across Florida and the U.S., we are keenly aware that flexibility and adaptability to changing conditions are essential elements to prolonged success. Airports are powerful engines of local economic development, attracting both aviation and non -aviation commerce to the surrounding region. By taking the initiative to relocate and update the general aviation terminal at Marco Island Executive Airport Terminal, the Division has displayed foresight and vision while continuing to contribute to the economy. The Atkins team aims to fulfill the goals of this initiative. The team's experience with similar terminal improvement projects has allowed us to develop the following proven project approach. Approach philosophies and methodologies For the Marco Island Executive Airport Terminal project, our project team will use a consensus building design process to ensure that the team understands and addresses the vision of our client, while seeking input from the user groups and stakeholders who will be responsible for operating and maintaining the facility throughout its lifetime. This process that has been used successfully on numerous other executive/general aviation Terminal projects around the country, including the Page Field (FMY) Executive Terminal in Fort Myers, now known as "Base Ops". The goal of the FMY Base Ops was to not only create a very functional facility, but to also create architecture and an environment that captured and expressed the aviation history of FMY Base Ops and the local architectural vernacular of the region. AlOvkh A LOCAL TEAM WITH NATIONAL s EXPERIENCE DELIVERING COST LOCAL TEAM WITH EFFECTIVE, REDUCED FOOTPRINT, NATIONAL INNOVATIVE SOLUTIONS EXPERIENCE "tiff SchenkelShultz I FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL The project exceeded the expectations of the Lee County Port Authority and won the Florida Airports Council Environmental Excellence Award in 2011, The Florida Planning & Zoning Association Outstanding Environmental Project Award in 2012, and the AAAE General Aviation Architectural Project of the Year Award in 2013. Executive terminals function as the "front door" to a community for people arriving by air and will often be the first and last impression for people visiting the area. This is why an executive terminal should be designed to express the quality and character of the area to welcome visitors, passengers, and flight crew. To achieve this goal, it is important that the project design approach is carefully considered and then executed to the highest standards. Our project approach incorporates the following key phases: • Programming phase • Data gathering — Survey and high -definition scanning — Geotechnical — As -built verifications • Site analysis/master planning • Understanding sense of place (identity and regional factors) • Project goals identification • Programming evaluation and project requirements • Evaluation of concept floor plans • Design phase • Development of options • Resolution of issues • Development of cost-effective solutions • Budget evaluation and confirmation (through each milestone) • Phasing plans DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH ATKINS • Design progress — Schematic design — Design development — Construction documents • Permitting • Construction • Bidding process • Construction administration and inspection Programming phase Data gathering To understand and design a new terminal, it is critical to assess existing conditions of the original terminal and it's subsequent facilities. If appropriate investigations are completed at the onset of the project, it will reduce the risk of unnecessary work later in the project and improve the predictability of the schedule and budget. The investigation phase consists of multiple tasks that can be completed concurrently. During this time, the project team will review existing data, conduct a topographic survey, perform a visual inspection of the existing facility, and commission a geotechnical investigation by Tierra. Survey and high —definition scanning During the project definition phase, the project team will request existing topographic surveys that the team can use and create a plan to obtain any necessary additional surveys. Our surveying team will use the advanced technology of High Definition Surveys (HDS). HDS is recommended for this project because it greatly increases the amount of data that can be collected while also decreasing the amount of necessary field work and access. Therefore, it reduces the impact to airport operations. Atkins recently performed an entire exterior and interior scan of the Tampa International Airport's (TPA) main terminal for a recent project. This information was used to build an existing condition model much faster than traditional field tape measuring and topographic survey methods would have allowed. Geotechnical Geotechnical investigations will be completed by Tierra, a DBE firm specializing in providing geotechnical engineering, geotechnical drilling, and construction materials testing services. Tierra has experience with ongoing airport operations and requirements. It is anticipated that geotechnical investigations will be used to provide the required input for foundations and civil interface designs. During the project definition phase, the project team will coordinate with the airport to develop a plan for geotechnical testing. As —built verifications Each team member will conduct detailed surveys of existing in —place systems and infrastructure. Using the HDS surveys, the team will review their disciplinary conditions and evaluate how they may affect the design and consideration for ongoing operations. These verifications will be documented and reviewed with the airport staff for a clear understanding of constraints and issues. This evaluation will inform the team's approach as they move into design. Site analysis/master planning Evaluation of the site factors and context are critical starting point for the project. The project team will begin with a master plan to assess site planning, building placement, landside and airside issues, security, utilities, and existing civil infrastructure. Using the latest CAD simulation software (PathPlanner), the project team will provide the Division with actual vehicle and aircraft movement simulations depicting operational flow and a sense of overall maneuvering efficiency in relation to vehicle parking lot and access roads, aircraft parking apron and taxilanes, access to existing hangars, and clearance from airfield safety/object-free areas. These factors will be evaluated in conjunction with facility space needs assessment square footages to develop the actual building area and site layout. With this approach, the building area and site layout plan are developed with a good understanding of the project requirements, the Division's vertical standards, FAA standards, airspace/airfield criteria Atlanta Regional Airport, General Aviation area jet blast analysis 1�'�;��' �4Sc' �esi'!;.�sAv �&'. �:A;a' .��'�`5t►€ti n`'.' . �. {�ii Atlanta Regional Airport, General Aviation area FAA wingtip clearance analysis DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH ATKINS and response to the surrounding context with respect to setbacks from the street and adjacent property, and sustainable design practices. Understanding sense of place (identity and regional factors) As previously stated above, the executive terminal will be the "front door" and first impression of the area for visitors arriving to the area, and the first and last stop for residents and regular travelers who call the community home. Consequently, it is important that the project convey a strong sense of place for the locale and clearly represent the local identity and regional factors of the specific location. As one of the early steps in our project approach, our team will develop a list of important factors and imagery that helps develop and capture an appropriate sense of place and establish the appropriate project identity. Through these initial workshops and discussions with the stakeholders, the team will develop the appropriate imagery and character that will represent Marco Island and the Division appropriately. The resort nature of the community will be highlighted, such as the proximity to water for boating and tropical landscaping, to emphasize the lifestyle so many come to south Florida to enjoy. The established and agreed -upon direction will inform the best use of landscape, architectural forms, and materials to create a project that clearly fits the context and represents the area well. Urban Green Studio is well -versed in the Division's landscape architecture, which enables them to provide an additional local aesthetic to the outside building areas. The identity of the project will also be an important factor to establish. The FMY Base Ops is a good example of how our team implemented this key element of our project approach to establish identity for a project. For FMY, it was important for the airport and community to commemorate the history of the airfield and its role as a World War II U.S. Air Force advanced fighter training base. Our team conducted extensive investigation into the history of the airfield and collected information from the local historical society with photos and articles from this time period. This was combined with additional research on World War II aviation architecture that had been used in the time period's hangars, Quonset huts, and airport terminals. Key architectural items and design elements were identified and then used in the project in historically accurate ways to capture the era's feel and identity. The team collected artifacts from this time period such as historic photographs and World War II posters which were used to create banners to display, and Gary Krueger, AIA, our team's principal-in-charge/project manager, traveled to Mexico to help secure the P-150 Mustang that is hanging in the lobby. Memorabilia was highlighted in museum cases, which was specified as part of the construction. In addition, a full-size replica of a P-51 D Mustang aircraft is suspended from the main lobby ceiling, and a restored North American T-6 aircraft is displayed outside of the building. Specifications for creating the model replica and providing the restoration were part of the bid documents prepared by team member SchenkelShultz, and monitoring of the model construction and restoration processes, were part of the construction administration phase. The P-51 was physically constructed in Mexico, involving travel to the construction site to provide progress inspections for quality control. This is one example of the dedication our team will bring to your project and the attention to detail that is required to create an exceptional project. Identify project goals Establishing project goals from the start provides the guidelines needed for all decision -making throughout the project. Every part of the project will be evaluated to ensure it will help deliver the established goals. The project team will work with the key stakeholders to help identify and prioritize the project goals. Using the example of the FMY Base Ops, the goals were established with the airport staff at the project's outset and as noted above, one of the primary goals was to develop a facility that would commemorate and honor the history of the airfield and the role of FMY in training World War II pilots. This required large-scale decisions such as the architectural style of the building and the layout of the site plan, all the way down to details such as handrail design, light fixture selection, floor patterns, and the imagery and aircraft on display in the terminal. Every project has its own unique set of circumstances, and our team will work with the stakeholders to clearly identify your project's key goals. These become the benchmark to evaluate the design process and ensure all decisions made reinforce these goals. The project team understands that the Division has a desire to ensure that the new terminal building will meet LEED Silver compliance. Although not mandatory based on the RFP requirements, the Atkins team will ensure that this goal will be addressed and implemented pending the Division's direction during this goal setting process. Our project team member SchenkelShultz has designed six LEED-certified terminals. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH ATKINS 0 0 a Programming evaluation and project requirements The programming evaluation and project requirements stage is critical to ensure a successful design for the new terminal and airside facilities. During this stage, we propose to tour other terminal facilities with key project stakeholders such as FMY Base Ops in Fort Myers and Orion Executive Terminal in Miami. The objective of this exercise is to gain a better understanding of your project goals and the specific functions your building will need to support throughout its lifetime. This was one of the early steps in the FMY Base Ops project, and the airport staff joined the design team on a tour of similar facilities around the state. Reviewing completed projects onsite is a clear way for the entire team to understand approaches and design elements that are considered as either pros or cons for your project. The arrangement and adjacencies of spaces, sizes and dimensions of areas, the overall impression of the facility, materials used, lighting effects, and aircraft operations, are all readily understood during the site walks. This will give the entire team a reference point for project goals and which items to incorporate and which to revise. The tour of projects for FMY Base Ops became an ongoing reference point for the team throughout the project's design development. Engagement from the stakeholders will be critical at this juncture. Our previous design experience and exploration of existing similar facilities will be invaluable to the team as we work to develop a program that meets the long-term maintenance and operational needs of the airport. Additionally, it is important for us to verify if there are needs for additional future expansion, current square footage, and other requirements. Once we have obtained initial information from the stakeholders, we can evaluate projected growth and expansion needs to calculate your square footage requirements. From this, we will develop a proposed space needs analysis to determine what the gross building square footage should be and projections for 5-, 10-, and 20-year future requirements. The space needs analysis will provide an itemized list of the required spaces in the facility that meet the airport's needs. We will use this information to "right -size" the building to the most efficient size possible and allow the team to design the project to budget while providing the best possible facility for the best value. Evaluation of concept floor plans and site plans Evaluation of the current building area plan and preliminary floor plans will be a starting point to develop the site plan and general floor plan diagrams. With our team's experience designing dozens of executive terminals, we will offer insights on how to improve these plans for efficiency, operational needs, and design approach to support the project goals that are established early in the process. In conjunction with developing an efficient program, the plan layouts will be revised and refined to minimize project footprint in order to reduce construction costs for the project while meeting all of the functional requirements and establishing the best space adjacencies to ensure the most efficient operation of the building. Design phase Develop options and resolve issues Our team will develop several alternative design options to review with the stakeholders at a series of design workshops. Initial concepts will be developed and vetted in house by our team, and the best alternatives will then be presented to determine the preferred direction for the project and ultimately the best design to document and detail. This process will include an architectural and engineering analysis to identify appropriate building style and materials; best approach to structural, mechanical, electrical, and plumbing systems for constructability, maintenance, and operating costs; and overall apron design considerations related to pavement design, aircraft parking, maneuvering, and spacing. Structural design TRC provides complete structural engineering services based on analysis, design, economic consideration, and functional requirements. TRC has considerable experience with the Division and Marco Island, they understand the unique functions and needs of these agencies. Additionally, TRC and SchenkelShultz have worked well as a team because their commitment to their clients and their satisfaction with the final product has been the goal. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 4 ATKINS SchenkelShultz and TRC I FMY Base Ops, General Aviation Terminal and Hangar For aviation projects, TRC understands their services are much more than structural engineering alone. That is why TRC implements Building Information Modeling (BIM) through Revit software which is crucial in coordinating disciplines and providing clients with their spatial needs. For instance, at FMY Base Ops, the client requested assistance from the design team to hang a replica of a World War II plane from the roof. TRC provided renderings of the plane in the two—story space to assist in deciding the scale of the replica plane including assisting in hanging the plane and ensuring the structural integrity of the model. `f PIN N&r ! ■■ no -z w ■ ' TRC I Naples Municipal Airport, General Aviation Terminal Mechanical, electrical, and plumbing/fire protection (MEP/FP) design AVCON is the project team's MEP/FP expert and has recent experience on several Florida terminal projects and aviation support facilities. Energy conservation is an important consideration in all of the systems for the new terminal. For example: Mechanical — HVAC design will include the use of high -efficiency cooling plant equipment exceeding full load and integrated part load value requirements of the FBC Energy Conservation Code. variable air volume air (VAV) handling units, we will usereducing system air flow at non —peak conditions and saving fan energy. Demand ventilation will be implemented where applicable to reduce outside air requirements in low occupancy periods. Electrical — The lighting design should include the use of LED fixtures to achieve the desired lighting levels and exceed the energy code requirements. Automatic and manual lighting controls will be provided to reduce lighting levels in occupant areas as required by code. Power distribution, emergency power generation, lightning protection, and low -voltage system design will also be considered in the design development phase. Low -voltage systems include telephone/ communications, fire alarm, access control, and CCTV design. • Plumbing — Plumbing fixtures will be specified with water flow rate controls to exceed code. Automatic AVCON I Orlando International Airport, lighting and bathroom renovations valves will be provided at lavatories, water closets, and urinals to limit the delivery of water per cycle (lavatories 0.25 gallon per cycle, water closets 1.6 gallons per flush, urinals 1 gallon per flush). Fire protection — Fire protection systems will consist of water —based fire suppression design in accordance with NFPA 13, Florida codes, and the Division codes. AVCON's fire protection system experience includes preparing complete fire suppression system plans supported by hydraulic calculations and specifying performance based system design, as required and/or desired by the client. Pavement design Atkins will provide the site civil and pavement design services. With a Ph.D. in pavement materials and extensive experience working with airfield pavement in Florida, Manuel Bejarano, Ph.D., PE, provides the project team with the expertise to develop a cost-effective apron pavement design that will address the following challenges associated with asphalt pavement at Marco Island: • Large corporate aircraft wheel loading — High tire pressure of corporate aircraft can lead to dimples at designated parking locations, creating small birdbaths and rough surfaces. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH ATKINS 0 0 a • Aircraft refueling operations —Apron pavements are subjected to fuel/hydraulic fluid spills that soften the asphalt surface leading to raveling and potholes. • South Florida weather — Sun exposure and heat oxidizes the asphalt, making it brittle and susceptible to cracking and raveling. Atkins I Sanford -Orlando Airport Runway 9L-27R, Heavy Weight Deflectomter (HWD) Reducing the impact of these factors can be accomplished with proper material selection and/or proper maintenance activities. The project team will evaluate each based on a life -cycle cost analysis and provide a project solution that is tailored to the conditions and available materials specific to Marco Island. These options include, but are not limited to: • Fuel resistant asphalt pavement — Fuel resistant asphalt is to be used in the top 1 to 2 inches, and it is designated as P-601 in the current FAA construction specifications. This mix uses a fine aggregate mix, a 50—blow count Marshall compaction, low air voids, and a fuel resistant binder. This type of mixe has been used with success at other commercial airports. • Seal coating of standard asphalt pavement — An alternative to fuel -resistant mixes is to use a standard asphalt sealed with a coal tar sealant. However, several applications may be required since some of the coal tar sealants way be prone to cracking. Although thermo plastic coal tar sealants are less prone to cracking, proper application timing is required to ensure the underlying asphalt layer has developed the necessary strength to sustain deformation against wheel loads. • Concrete pavement — An alternative to petroleum base surface layers is concrete. Concrete surfaces are not susceptible to fluid spills or deformation, and, if properly constructed, almost no maintenance is required for the next 40 years. For Marco Island Executive Airport, concrete can be supplied from ready mix suppliers near Naples Municipal Airport, which are about 35 miles away. Since Naples Municipal Airport has used concrete for some of their corporate apron pavements, the same mixes (with some modifications) could be potentially used for Marco Island Executive Ariport. One of the key components to consider for Marco Island Executive Island will be hauling distance and ambient temperature during construction. One additional advantage of concrete over asphalt is that concrete is light colored, which means that it feels cooler and provides better visibility. This could be an advantage for personnel that work on the apron. Landscape architecture design Urban Green Studio is well -versed in the Division landscape architectural standards and will provide low - maintenance, ecologically and financially sustainable landscaping to the outside building areas and vehicle parking lot. Through our experience with airport -related facilities, we anticipate the following criteria to be central to the landscape design: Minimize wildlife attractants — Avoid using plant materials that provide food and habitat to wildlife, particularly birds. Landscape elements must not provide nesting or roosting habitat for wildlife. Long-term sustainability — Use plant materials that have proven reliability, low-water needs, and require little maintenance. Given the site location, it is very likely that the irrigation source (if ground or surface water) may have high salinity. We would recommend a plant selection with high salt tolerance with mostly native coastal plant materials. Urban Green Studio I Key Marco community, entrance landscape design Irrigation efficiency — Provide an irrigation system that is tailored to the plant layout, which can be managed in an efficient manner. Maintain safety and security — Landscape features must not interfere with terminal operations nor create security issues. Arrival experience — Provide an attractive, high -quality landscape aesthetic for the first-class travelers that the Marco Executive Airport accommodates. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH ATKINS Development of cost-effective solutions With our extensive experience designing and monitoring construction of executive terminals and apron/taxilane areas, we have learned to identify potential issues early in the design process to minimize potential cost, permitting, construction, and operational issues. We will bring this experience to your project to ensure effective operation of the facility and accommodations for staff as well as service to the community. Atkins team has a proven track record of delivering creative and innovative design solutions to incorporate the program elements efficiently into the project to use space in the most efficient manner and minimize the project footprint and cost. With our extensive experience designing and constructing projects, we have a clear understanding of the current state of construction costs and building systems/components. With this understanding, we know how to design a project to make the best use of the budget and deliver the highest quality project that will remain in budget. Anyone can remove dollars from a design; however, if the basic concept is lost or if long-term maintenance costs are increased (through inappropriate material substitutions), the clients' interests are not served. Our approach is to achieve more for the same cost, not to cheapen the project. Value analysis is spending money in the right places. Final decisions will obviously rest with the Division; however, Atkins can provide a high-level of value to our analysis of where costs should be reduced based on informed decision -making. Budget evaluation and confirmation (thruough each milestone) Atkins team will use cost estimating at key milestones by professional estimators based on drawing take —offs and real-time construction cost database information in a process that is the same used by contractors during bidding. This allows the Atkins team to make adjustments as the project design develops as needed to stay on track and maintain the project budget. This process identifies any gaps or coordination issues in the drawings that can be resolved prior to finalizing the construction documents for bidding. We will use our experience in construction to evaluate bids received from potential construction firms on behalf of the owner. Development of phasing plans All successful terminal improvement projects must minimize impacts to airport operations and passenger conveniences. During the schematic design phase, the Atkins team will meet with the airport and other appropriate stakeholders to discuss project phasing. The successful maintenance of operations begins with the initial design planning and clear understanding of construction phasing. Atkins team's extensive experience with aviation terminal design in an active environment provides us with a clear understanding of how to properly phase construction to minimize the disruption of terminal activities and airport operations. One of the most important aspects of your project scope is a logical and manageable construction phasing plan. Aviation facilities are dynamic environments. They operate 24 hours a day, 7 days a week, and 365 days a year. There are peak traffic seasons and moderate to slow traffic seasons. We understand the delicate balance that must be achieved between the daily operations and construction activities. We will work with the Division staff and all stakeholders to ensure that operational issues, facility access, apron access, life safety requirements (egress widths, exit door accessibility, etc.), and security requirements for Marco Island Executive Airport Terminal is not compromised during any phase of the proposed construction. We will consider the circulation pattern throughout the airport to develop the approach to maintaining the use at the current facilities. It is important to consider the circulation pattern throughout Marco Island to ensure the overall pattern of facility use and derive this into a successful phasing plan. When developing project phasing, we sometimes employ a proven method of creating phasing plans that are prescriptive rather than restrictive. We identify work areas and their operational constraints, yet still allow the contractor some flexibility to adapt to preferred construction methods while maintaining appropriate operational controls, passenger conveniences, and clear wayfinding. This approach can vary from traditional phasing plans that prescribe exact time frames and requirements for the contractor. We have found that this approach to phasing helps foster a team atmosphere by allowing the contractor to have creative input before the project begins. The contractor will also be able to incorporate specific work methods into the construction phasing. We can explore this alternative with the Division staff for suitability. Design progress Ultimately, the goal of the process is to generate a product that will result in a well -constructed and satisfactory project while mitigating the potential for requests for information, change orders, and cost overruns during construction. All of our team members have considerable design and DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 7 ATKINS relevant field construction experience, are fully invested with their plans and specifications, and have worked with contractors to get projects built. This experience provides them with the ability to identify and mitigate change order —susceptible design elements. The resulting design product is one that will remain within budget during construction. Typically, design progresses through submissions at a 30, 60, and 90 percent as well as final design stages. Each of these interim submissions allows the Division to make specific review comments and ensure the project is still moving towards the desired results. It also provides specific milestones for internal quality control reviews. Schematic design (30 percent design) The Atkins team will work closely with the Division to develop solutions that accommodate all goals and needs in an aesthetically pleasing, energy efficient, and maintenance —friendly way. Our design professionals will work with the Division to develop suitable design ideas and ensure that the new design is cohesive with the experience of the entire airport. Cost estimates will be prepared to validate budget performance. Design development (60 percent design) At this stage, review comments from the Division will be incorporated. We will work with the Division to finalize finishes selection and design approach. Design options for all project components will be considered for their impact on Division maintenance standards, aesthetics, budget, operations, and schedule implications. Detailed life safety studies shall be conducted to ensure passenger and staff safety. Design solutions will be finalized in preparation for the construction documents stage. Cost estimates will be updated to validate budget performance. Construction documents (90 and 100 percent) Review comments from the Division will also be incorporated at this stage. We will work with the Division to finalize the technical documentation of the design. All approved design options will be sufficiently detailed with full consideration given to maintainability, phasing, and final operations. The final life safety documents will be updated for permitting review clarity and confirm valid life safety and code compliance. A final cost estimate update will be prepared to revalidate budget performance. Permitting Code compliance and building permitting Successful planning is key to ensure the project is designed to meet all code criteria and obtain project building permit. Our team has assisted with permitting compliance for hundreds of aviation projects in various jurisdictions, as well as on numerous commercial projects within Collier County, and have developed a proven path to ensure building permit is obtained in a timely fashion. Our team will conduct a pre -application meeting with the Division's Development Review committee/team and FAA staff to establish the project approach and ensure conformance with code requirements. This process allows the team to be in agreement and have a mutual understanding of the project and application of code requirements, which will help establish a direct path towards an approved permit. The Atkins team will conduct periodic meetings with all disciplines of code enforcement to ensure our design accommodates all code requirements at local, state, and national levels, including compliance with the Division's Architectural Standards for building aesthetics. Early start of the code review process is part of our proactive approach to ensure our clients receive the best service possible without any schedule delays. Stormwater/environmental permitting Our stormwater and environmental permitting team will be led by senior environmental scientist Ed Cronyn, PWS, and senior drainage engineer Richard Wawrzyniak, PE, who both have extensive experience obtaining permits for public infrastructure projects from the Florida Department of Environmental Protection (FDEP), South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACE). Environmental permitting is not anticipated to be a significant issue in regards to the cost or time of this project. However, to ensure expedited permitting, we will conduct a pre -application meeting to identify all issues and permitting options up front prior to submittal and will also submit all permit application materials electronically. Based on our review of the permit files for this project and the proposed site plan, the conceptual design will remain within the area already covered by existing permits, or constructed prior to permitting requirements, and will not result in direct impacts to jurisdictional wetlands. Therefore, no USACE permit will be required. An environmental resource permit (ERP) will be necessary due to modifications of the surface water management system. The most recent ERP was issued by FDEP, 11-0129042- 006 on August 1, 2013. A modification of this permit will be required. If the project will require dewatering for construction, a dewatering permit will be obtained from SFWMD concurrently with the ERP. In addition to ERP requirements, the design of the water management system will also need to incorporate FAA criteria, specifically to avoid creating areas attractive to wading birds, waterfowl, and other wildlife. The stormwater pond for this site, DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH 8 ATKINS depicted at the west side of the apron expansion, will therefore be designed to meet both ERP and FAA criteria. Further, a crocodile management plan will be prepared and submitted with the ERP modification, in accordance with U.S. Fish and Wildlife Service guidelines for the protection of crocodiles (and alligators due to similarity of appearance). No other significant wetland or wildlife issues are anticipated. Construction phase Bidding process During the bid process, the Atkins team will perform standard bid assistance procedures including responding to bidders' questions and preparing required addenda. Questions raised during bidding will be recorded and responded to in writing to maintain a complete record. If requested, the Atkins team will also assist with the pre - bid meeting. Upon bid receipt, we will review them with our cost estimator and conduct a bid analysis. This analysis is performed to compare the bids received against each other and against the architect/engineer's estimate to identify irregularities. Based on the analysis, we will prepare a recommendation of award for the Division. After the award is approved and contracts are signed with the contractor, the Atkins team will prepare conformed documents incorporating the bid documents, changes made via addendum, and contractual documents for use during construction. Construction administration and inspection Construction administration is critical on every project. To ensure consistency and adherence to project goals as a project moves from design into construction, we engage our construction administration department from the early stages of development. Our construction administration staff provide feedback to our design staff on constructability alternatives to design concepts. They attend appropriate meetings and participate in the document review process to ensure a thorough understanding of the project prior to the start of construction. Once construction begins, Darin Larson, PE, LEED AP, project manager, and appropriate design staff will attend regular construction meetings, coordinate support services, regularly visit the site, and respond timely to issues. Our key personnel are located in Fort Myers, Naples, and Tampa and are readily available to attend meetings and/or construction site reviews. The Atkins team will review shop drawings and pay requests in a timely manner and coordinate the review with the Division staff. To track submittal status, the Atkins team will maintain a submittal log which will include the receipt date, date processed, date forwarded to the contractor, and disposition. Contractor requests for information will be addressed promptly with a log maintained for records. The Atkins team will monitor the contractor's schedule during construction, relying upon our expertise with terminal construction projects to identify potential schedule slippage concerns. If schedule slippage concerns arise, we will facilitate with airport staff and the contractor for opportunities to bring the project back on schedule. Design team members will periodically visit the site and observe construction status. Upon substantial project completion, the Atkins team will prepare a punch list of items not in accordance with the contract requirements or incomplete. The design team will monitor completion of these activities and assist in determining and documenting the condition and date of final completion. The Atkins team, with the Division staff, will conduct final inspections. The execution of the construction phase with specific attention to detail, cost, and schedule will ensure that the new Marco Island Executive Airport Terminal area is a successful facility that the Division will be proud to operate, customers and pilots will want to visit, and staff will feel positive and want to work in for many years to come. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROJECT APPROACH Tab III. Schedule and Quality Control Tab III: Schedule and Quality Control Schedule The dedication of a core staff for projects and experience of our project managers help us to complete work on schedule and within budget. Because of the depth of staff resources available, we can call upon additional professionals from our Atkins' ability to meet schedules other offices and budget estimates is evidenced by our high rate of satisfied clients. to help during Nearly 90 percent of our work particularly comes from repeat clients. intense work periods, if necessary. We have a well-earned reputation for completing quality work on accelerated schedules through the process of work -sharing. Our experienced staff, well-defined procedures, and strong appreciation of our clients' needs and expectations have contributed to on - time and within budget deliverables. Atkins understands that design and construction for this project is expected to take 3 to 4 years due to annual funding constraints and seasonal traffic activity. Since winter is the peak season for traffic, construction during the winter months will be limited. Additionally, FDOT typically awards grants in June while FAA typically awards grants in September. This will allow the new terminal construction and related site work to begin first as it is being funded by FDOT and Collier County. Additionally, the new terminal can begin construction while the existing terminal is still being utilized for operations. Once the new terminal construction is complete and commissioned, demolition on the old terminal can begin along with the apron and taxiway construction being funded by FAA AIP grant. Based on this information and our past experiences, we have provided a schedule showing a possible approach to the project delivery, shown in Figure 3-1. The schedule, as shown, is an initial schedule based on certain assumptions and would require additional input from the Division. Please note that the phase of construction that includes demolishing the existing terminal and construction of the apron and taxiway can be completed faster than what is shown. However, we allowed extra time for additional phasing as to not impact operations significantly during the busy winter months. We will work with the Division to develop a more detailed and specific schedule incorporating your goals upon selection. Detailed phasing A LOCAL TEAM WITH NATIONAL $ M EXPERIENCE DELIVERING COST LOCAL EFFECTIVE, REDUCED FOOTPRINT, TEAM WITH NATIONAL INNOVATIVE SOLUTIONS CE EXPERIEN11k4ff will be incorporated as we develop this with the airport staff. The team members involved in each milestone listed in the schedule is shown on Figure 3-1. While not shown on the figure, the design team will be involved during construction as necessary. The availability of each team member is included under Tab 5. Darin Larson, PE, LEED AP will successfully manage cost and schedule aspects throughout each project life cycle, from planning to completion. Figure 3-2 depicts our cost and schedule control process and the associated tools used. We know staying within our budgets is important —every dollar saved in professional services fees can be used to build, operate, or maintain the Division's facilities. Atkins understands that costs and schedule are interrelated. We have a proven track record of responding quickly and completing assignments on tight schedules when our clients have the chance to capture funding and respond to business opportunities. We understand that delivering projects on schedule helps minimize risk and control costs. Our project manager and task leaders, supported by our schedule and cost estimating experts, will develop detailed schedules and budgets for this project. The goal of the process is to achieve efficiency and quality —the first time. Our team commits to developing an on -time project that uses available funding as efficiently as possible to achieve the greatest benefit for the Division. We will develop and control the budget and schedule for the project using established protocols defined in our standard operating procedures and QA/QC manuals. These handbooks provide guidelines for cost control using the application of proven standard procedures, software tools, and techniques —all of which can be applied on this project to benefit the Division. At the beginning of the project, we will develop a more detailed schedule with the Division to establish a budget. This project schedule will establish an organized delivery system for the services required, defining work tasks and critical paths for completion within the overall project time frame. In addition, our team will identify project deliverables and milestones for use in project management and review. Our budgets are based on historical costs for similar projects and estimated levels of effort for each individual project. A systematic process of budget preparation and monitoring develops and controls costs for all Atkins contracts. This DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 10 ATKINS Figure 3-1. Schedule 3. FB, DL, GK 6. DL, LS, KM, AM, CH, GK, ZP, PM 7. DL 10. DL, LS, KM, AM, CH, GK, ZP, PM 11. DL, LS, KM, AM, CH, GK, ZP, PM 12. RM 13. MJ 14. DL, LS, KM, AM, CH, GK, ZP, PM, MJ, RM 15. DL, LS, KM, AM, GK 16. CH, GK 17. DL, LS, KM, AM, CH, GK, ZP, PM 18. DL, LS, KM, AM, CH, GK 19. DL, LS, KM, AM, CH, GK 21. DL, TR, LS, KM, FW, RW, EC, DF, AM, MB, CH, GK, ZP, PM, MJ, RM 23. DL, LS, KM, CH, GK 24. DL, TR, LS, KM, FW, RW, EC, DF, MB, CH, GK, ZP, PM, MJ, RM 26. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 28. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 29. DL, LS, KM, FW, RW, EC, GK, ZP, PM 32. DL, TR, LS, KM, FW, RW, DF, MB, CH, GK, ZP, PM, MJ, RM 33. DL, GK 38. DL, NP, MR, GK 39. DL, GK 40. DL, NP, MR, GK ID (Task Name Duration (Start Finish 1 Marco Executive Airport Terminal 761 days Mon 5/23/16 Mon 4/22/19 2 Notice of Award 0 days Mon 5/23/16 Mon 5/23/16 3 Scope Definition & Contract Negotiations 15 days Mon 5/23/16 Fri 6/10/16 4 Board Contract Approval 0 days Thu 6/30/16 Thu 6/30/16 5 Consultant NTP 0 days Thu 6/30/16 Thu 6/30/16 6 Kick -Off Meeting 0 days Fri 7/1/16 Fri 7/1/16 7 Develop Project Execution Plan 5 days Mon 7/4/16 Fri 7/8/16 8 Programming Phase 50 days Mon 7/4/16 Fri 9/9/16 9 Data Gathering 35 days Mon 7/4/16 Fri 8/19/16 10 As -Built Verifications 10 days Mon 7/4/16 Fri 7/15/16 11 Field Verifications 5 days Mon 7/18/16 Fri 7/22/16 12 Survey and HDS 10 days Mon 7/18/16 Fri 7/29/16 13 Geotechnical Investigation 10 days Mon 7/25/16 Fri 8/5/16 14 Evaluate 10 days Mon 8/8/16 Fri 8/19/16 15 Site Analysis/Master Planning 10 days Mon 8/8/16 Fri 8/19/16 16 Understanding Sense of Place 10 days Mon 8/8/16 Fri 8/19/16 17 Identify Project Goals 10 days Mon 8/8/16 Fri 8/19/16 18 Programming Evaluation and Project Requirements 15 days Mon 8/8/16 Fri 8/26/16 19 Evaluation of Concept Floor Plans and Site Plans 10 days Mon 8/29/16 Fri 9/9/16 20 Design Phase 230 days Mon 9/12/16 Fri 7/28/17 21 30 Percent Design 20 days Mon 9/12/16 Fri 10/7/16 22 Airport Review 10 days Mon 10/10/16 Fri 10/21/16 23 Site Development Plan Submittal 0 days Mon 10/24/16 Mon 10/24/16 24 60 Percent Design 50 days Mon 10/24/16 Fri 12/30/16 25 Airport Review 10 days Mon 1/2/17 Fri 1/13/17 26 90 Percent Design 45 days Mon 1/16/17 Fri 3/17/17 27 Airport Review 10 days Mon 3/20/17 Fri 3/31/17 28 Final Design Documents 10 days Mon 4/3/17 Fri 4/14/17 29 Permitting 75 days Mon 4/17/17 Fri 7/28/17 30 Construction Phase 526 days Mon 4/17/17 Mon 4/22/19 31 Bidding Process 75 days Mon 4/17/17 Mon 7/31/17 32 Bidding Period 30 days Mon 4/17/17 Fri 5/26/17 33 Evaluation of Bids 5 days Mon 5/29/17 Fri 6/2/17 34 Contract Preparation 40 days Mon 6/5/17 Fri 7/28/17 35 Board Contract Approval 0 days Mon 7/31/17 Mon 7/31/17 36 Construction Administration and Inspection 450 days Tue 8/1/17 Mon 4/22/19 37 Contractor NTP 0 days Tue 8/1/17 Tue 8/1/17 38 Construction of New Terminal and Parking Lot 250 days Tue 8/1/17 Mon 7/16/18 39 Commisioning of New Terminal Complete 20 days Tue 7/17/18 Mon 8/13/18 40 Demolition of Old Terminal and Construction of 180 days Tue 8/14/18 Mon 4/22/19 Apron and Taxiway Extension 41 Completion 0 days Mon 4/22/19 Mon 4/22/19 D,'15 Mar 13,'16 Jun 5,'16 Aug 28,'16 Nov 20,'16 Feb 12,'17 May 7,'17 Jul 30,'17 Oct 22,'17 Jan 14,'18 Apr 8,'18 Jul 1,'18 Sep 23,'18 Dec 16,'18 Mar 10, '19 I Jun 2, '19 T S F W M S T T S F W M S T T S F W M S T T S F W M S T T S F W 1 Qp,S/23 6/30 1 . 6/30 FB Fin Bonnet, M.Sc. /1 DL Darin Larson, PE, LEED AP TR Thomas Roda, PE LS Lori Steiner, PE KM Kevin McCauley, PE AM Anna Marron CH Craig Hanson, AIA ZP Zemp Pepper, PE PM Paul Moerschel, PE _ GK Gary Krueger, AIA 10/24 7/31 FW Fleet Wulf, PE, PIMP, LEED AP BD+C RW Richard Wawrzyniak, PE EC Edward Cronyn, PWS DF Dayna Fendrik, RLA MB Manuel Bejarano, Ph.D., PE NP Nathan Parish, PE MR Michael Ryan, PE, PIMP RM Roberto Mantecon, PSM, PLS MJ Michael Jordan, PE, CGC �mmmnimmm�mimm�i»mmmlmni>annnmm�numimnnuuulm 4p /22 Task Summary WmmmmmmmmmV External Milestone ♦ Inactive Summary 0 Manual Summary Rollup I Finish -only 3 Project: Marco Island Terminal Sc „� Date: Fri 5/13/16 Split Project Summary W Inactive Task Manual Task Manual Summary �� Deadline 4 Milestone ♦ External Tasks Inactive Milestone 0 Duration -only 1111J1.I.iJ.lLli.li.11i.JJlJaa.lJ;_ Start -only C Progress Page 1 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 11 ATKINS process employs four basic elements: • Structured budget estimating • Executive financial review • Computerized cost monitoring • Monthly project review On a monthly basis, we will compare budget expenditures with schedule results to determine if the level of effort and the achieved results are consistent with the elapsed schedule for each project. Our team can best achieve positive job control with the following "DIMCA" process: • Define the desired results for each task. • Input the appropriate instructions. • Monitor the process. • Compare production with the anticipated results. • Adjust as necessary to achieve the desired results. Two significant keys to maintaining internal design costs and schedules are to: Efficiently develop the design, allowing for design evolution or changes. • Eliminate duplicative effort. Using compatible software, maintaining regular internal meetings, and requiring adherence to client and team standards is a business strategy that Atkins aviation personnel have used on airport design teams nationally and internationally. Quality Control (QC) QC is only effective when it is a dynamic and continuous process, implemented and monitored by staff members who understand that there is always room for improvement. Commitment to quality is part of the culture of Atkins, which is reelected in the corporate QA/QC manual as well as through our dedicated project manager resource center that provides quality tools, techniques, and training to all Atkins employees. identification of areas for action, and development of contingency plans. Proper resources are identified and incorporated into corrective action plans. QC does not stop with Atkins; our procedures apply to our subconsultants as well. We are selective in choosing our subconsultants and typically have successful working relationships with the subconsultants we choose. Our partner firms are expected to comply with the same standards for QC as Atkins, and we reinforce this requirement with periodic reviews. We engage our subconsultants in the project from the beginning and emphasize our focus on quality. We require them to attend project kickoff meetings and encourage participation in regular design meetings throughout the effort. During design, we review their products (drawings, calculations, etc.) as appropriate. In rare cases where a firm does not perform to our expectations or to the expectations of the client, we provide adequate mentoring to help them successfully address deficiencies or shortcomings. Our approach to quality is simple —our project manager, Darin Larson, PE, LEED AP, will be accountable to the Division for the quality of all deliverables we submit. He is responsible for clearly communicating to the Atkins team the quality standards that will be used to judge our services and deliverables so everyone understands what is, and is not, acceptable. During the entire project process, Mr. Larson will facilitate extensive, detailed, and documented QA/QC reviews. The QA/QC process will involve reviews that take into consideration the design, operational, budget, and constructability requirements of each project. These reviews will be conducted by both design team members, as well as individuals who have no direct involvement with the project so that an independent, objective review is obtained. rigure 3-1. UUbl. dnu scneuule cunuvl process Our primary goal of - • OprocedeoDivisi Pre-design construction Mana ement permitting closeout g • • Program delivered on • within budget. We apply quality Validation support Alternatives analysis •Valueanalysis/VE •Change order cost review assurance policies, procedures, • Develop/review budget •Develop/review schedule • Update budget •Updateschedule • Detailed cost estimating •Designschedulereviews • Construction schedule reviews •Schedule delay analysis • Cost load master schedule • Update master schedule • Construction time • Update master schedule standards, guidelines, and •Cash flow projection Cash flow updates determination •Cash flow updates in-house • Procedures development Follow procedures • Update masterschedule • Follow procedures coordination among . Contract language review Enforce contract language • Cash flow updates • Enforce contract language the ro ect task leaders and • Program management plan • Change management • Follow procedures • Construction change p • Documentation management • Document management • Enforce contract language management encourage partnering, early • Change management • Claim analysis • Document management • Document management DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 12 Tab IV. Experience of the Firm Tab IV: Experience of the Firm The Atkins team has provided effective solutions to airport - related projects for a combined 120 years. We have each worked at facilities ranging from large -hub international commercial service airports to small general aviation airports. If it is associated with an airport we have planned it, permitted it, designed it, and constructed it. Within the past 5 years alone our firms have worked on several hundred airport projects representing several billion dollars of construction budgets. Atkins has developed a Figure 4-1. Team capabilities ATKINS Project manager, principal - in -charge, QA/QC manager, lead civil, lead airfield, utility, stormwater, environmental/ permitting, aviation planning/ airspace, pavement, construction management/ inspection, surveyor SCHENKELSHULTZ 1100 ARCH ITECTU R E❑ o❑ Terminal design: lead terminal planner, lead architect/ permitting, construction management/inspection A LOCAL TEAM WITH NATIONAL $ M EXPERIENCE DELIVERING COST LOCAL EFFECTIVE, REDUCED FOOTPRINT, TEAM WITH NATIONAL INNOVATIVE SOLUTIONS ENCE EXPERI11k4ff comprehensive team specifically for this project that have experience with a minimum of three public entities within the contiguous United States that have airport terminal design projects within the past 5 years. Figure 4-1 below highlights our team's capabilities and successful experience in working with one another on previous projects. Figure 4-2 provides a listing of airport projects similiar in size and scope within the past 5 years. Full descriptions of the first five projects in the table begin on page 16. • Collier County experience • More than 100 aviation professionals • Managed more than $13 billion of aviation construction projects in the last 5 years • Worked at 36 of the top 50 airports and 3 of the last 4 new airports in the U.S. • Established 1958 • Collier County experience • Local office in Naples, Florida, for 15 years • Completion of more than 235 aviation projects, including more than 45 executive terminals; more than $2.7 billion aviation designs • Designed the first LEED certified fixed base operator (FBO) Terminal building in the nation (DBE) Mechanical, electrical, plumbing • Established in1988 • Mechanical, electrical, plumbing, and fire protection support for aviation projects • 70 professionals • Established in 2008 • 30 years of landscape architect experience in (DBE) Landscape architect southwest Florida • Special emphasis on sustainable design techniques Am • Established in 1992 TIERRA • Geotechnical, environmental, and construction (DBE) materials testing engineering firm Geotechnical • 160 professionals • Established in 1967 ��� • Structural engineering WORLDWIDE ENGINEERING • Offices throughout Florida in Fort Myers, Structural Sarasota, Fort Lauderdale, and Tampa, Florida • Lakeland Linder Regional Airport, Terminal Modifications • Pensacola International Airport, New VTMAE Hangar • Pensacola International Airport, Cargo Apron Expansion • Winter Haven Municipal Airport, New General Aviation Terminal • Collier County General Eengineering Contract • FMY Base Ops, General Aviation Terminal and Hangar • AA Acquisitions, LLC, Orion Jet Center Terminal and Hangars • Palm Beach International Airport, NetJets FBO Terminal • Greenville Spartanburg Airport, South Cargo Building Renovations • Orlando Interantional Airport, Airside 4 Restroom Renovations • FMY Base Ops, Perimeter Road Buffer Planting • FMY Base Ops, Runway Protection Zone Plantings • Tampa Executive Airport, Runway 18-36, Taxiway A, Hangar Taxilanes and Parking Lot Rehabilitation • Tampa International Airport, Airport Support Facilities • MY Base Ops, General Aviation Terminal and Hangar • Charlotte County Airport, Commercial Airline Passenger Building DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 14 ATKINS Figure 4-2. Airport projects similiar in size and scope within the past five (5) years List of airport terminal projects of the team Start Original Final project Number of change Project name Project description date End date budget cost orders SchenkelShultz FMY Base SchenkelShultz new 22,000-square-foot terminal building General Aviation multi -use 24,000-square-foot aircraft hangar 2010 2011 $7.2 million $6.7 million 0 Terminal and Hangar $6.7 million LEED-certified general aviation terminal and hangar SchenkelShultz I AA 3-story, 25,000-square-foot FBO terminal and 28 total (10 — contractor, 7 — owner request, 5 — Acquisitions, LLC, Orion Jet two hangars 2011 2014 $27 million $27 million unforeseen conditions, Center Terminal and Hangars • mid -modern architectural design 6 — other) SchenkelShultz I Signature Flight Support, NetJets FBO . new 10,000-square-foot FBO terminal 28 total (12 — owner Terminal at Palm Beach • new lobby, flight planning offices, conference 2011 2013 $10 million $10 million request, 5 — site, 11 — International Airport room, business center, crew lounge, parking building) Atkins I Lakeland Linder • demand capacity and terminal space analysis N/A, construction Regional Airport, Terminal ' 3,600-square-foot FBO terminal modifications 2010 2012 $1.5 million $1.6 million administration services Modifications conversion of old FBO terminal into a were not provided by commercial service airline terminal Atkins • two-phase development program with two Atkins I Pensacola aircraft maintenance hangars (174,000 SF ea.) International Airport, New • prepared an EA, airport land use map, and completed necessary FAA airspace reviews 2015 ongoing $46 million TBD (ongoing) TBD (ongoing) VTMAE Hangar • design of first phase hangar including building and all site infrastructure Atkins I Pensacola • pavement assessment, rehabilitation options, TBD International Airport, Cargo and planning for apron expansion and design ongoing ongoing $6.5 million (ongoing) TBD (ongoing) Apron Expansion documents for preferred alternative Atkins I Winter Haven • 13,362-square-foot terminal building Municipal Airport, New • 19,000-square-yard asphalt aircraft apron . 1,500 feet of new taxiways 2012 ongoing $45 million TBD (ongoing) TBD (ongoing) General Aviation Terminal • 400-foot-long, 2-lane divided entrance drive AVCON I Greenville • HVAC, plumbing, electrical design, fire alarm $1.01 million 3 (due to unforeseen Spartanburg Airport, South design, and construction phase services 2014 2016 $948,000 (scope structural conditions) Cargo Building Renovations • $1 million in building renovations increase) AVCON I Orlando • 9 restrooms with a collective area of 6 (due to unforeseen International Airport, Airside 9,600-square-foot • electrical, lighting, fire alarm, and low -voltage 2014 2015 $2.9 million $3.05 million conditions and owner 4 Restroom Renovations system design directives) Tierra I Tampa Executive • provided pavement cores, hand auger borings Airport, Runway 18-36, and hand penetrometer testing Taxiway "A", Hangar • milling and resurfacing of seven taxiways 2013 2014 $12,250 $12,250 0 Taxilanes, and Parking Lot with the removal of a coal -tar sealant at the Rehabilitation location of a previously removed hangar Tierra I Tampa International • design and construction of approximately Airport, Airport Support 600 lineal feet of new roadway and 2016 2016 $4,316 $3,725 0 Facilities — Fence associated roadside stormwater treatment Urban Green Studio I FMY • landscape architecture $4,720 (fee only); $8,220 (fee Base Ops, Perimeter Road . irrigation design 2013 2014 $3,500 (add only) 1 Buffer Planting scvs #1) Urban Green Studio I FMY . landscape architecture Base Ops, Runway Protection . irrigation design 2013 2014 $49,735 $49,735 0 Zone Plantings TRC I FMY Base Ops, • structural engineering design and contract General Aviation Terminal administration • new 22,000-square-foot terminal building 2010 2011 $7.2 million $6.7 million 0 for structural and Hangar • multi -use 24,000-square-foot aircraft hangar • structural design for two-story 41,000 square TRC I Collier County, The foot clubhouse and a two-story 22,000 square 2016 ongoing $16 million TBD TBD (ongoing) Club at Pelican Bay foot cartbarn and fitness building (ongoing) • threshold inspections during construction DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 15 ATKINS Prior experience working together Atkins team has been assembled based on previous working relationships and efforts to foster small business development in the community by meeting and exceeding the DBE commitment of 17.1 %. All of our firms have worked together in one way or another on a variety of projects, both aviation and non -aviation. Tierra has been Atkins go -to geotechnical engineer for projects in Tampa and Southwest Florida. TRD was the structural engineer for SchenkelShultz on the FMY Base Ops. Urban Green worked with Atkins on the landscaping for the FMY Base Ops, Perimeter Road project. Atkins, SchenkelShultz, and AVCON have been working together on both the South APM Complex and South Terminal C projects at Orlando International Airport. These previous working relationships allow us to work as a team and begin work immediately to meet the overall schedule. Atkins' previous experience working together with our subconsultants on the highlighted 5 projects below. FMY Base Ops I General Aviation Terminal and Hangar, Fort Myers, FL The new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which Firms working together SchenkelShultz, TRC signifies the beginning of Page Field operations as an air force base. The LEED certified terminal building accommodates: Reference Hector Yanez, Director of Engineering • Public lobby with cafe and gift shop and Construction • Rental car agency counters Lee County Port Authority • Pilot lounge, recreation space, and quiet area 11000 Terminal Access Road, Ste. 8671 • Flight planning Fort Myers, FL 33913 239.590.4605 • Community seminar room hyanez@flylcpa.com • Operations and administration offices and conference room As a tribute to the role that the Page Field played in servicing our country, historical posters and artifacts are featured throughout the facility. A full size -model of an P-150 Mustang is displayed from the ceiling in the main 2-story lobby and a fully restored T-6 Texan Aircraft is displayed outside the main entry of the terminal. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 16 ATKINS 0 0 a AA Acquisitions, LLC I Orion Jet Center Terminal and Hangars, Opa Locka, FL mono-I.,7" 7' The development of the new Orion Jet Center FBO Terminal and hangars is the first phase in a multiphase, mixed -use development in South Florida. Phase one Firms working together encompassed 32 acres of the 240 acre site and included the following elements: Schenkelshultz • New FBO terminal with space for passengers, the administrative group, and Reference Jeff Colasanti, Project Manager an executive suite for the ownership group Paragon Development Company • Two 40,000-square-foot hangars with support facilities, which include 14721 Kirsten Court 20,000-square-foot of tenant shops, offices, and garage Davie, FL 33225 • New landside parking and landscaping to support all three buildings 954.778.1898 jeff@paragondevco.com The design creates a strong sense of place, reflective of south Florida, while also respecting the architectural integrity of the historic hangar on property. The final design of the Jet Center includes landscaping that uses natural Miami vegetation and the architecture is a mid -modern century design that is prevalent in south Florida, blended with the historic Coast Guard hangar aesthetic. Palm Beach International Airport I NetJets FBO Terminal, West Palm Beach, FL Schenkelshultz was hired to design a new 10,000-square-foot executive terminal for NetJets, who partnered with Signature Flight Support at the Palm Beach Firms working together International Airport. The new FBO terminal is the first new building in the Schenkelshultz airport's Golf View Aviation Business Park. The project began with a master Reference planning exercise to determine how to most effectively site the building and Sam Cuero, Project Manager KMI International establish the necessary infrastructure to accommodate the airport's needs today 7233 Lake Ellenor Drive, Ste. 100 and for the anticipated future build -out. Orlando, FL 32809 The new facility serves NetJets use exclusively and offers a vast amount of 407.413.5902 scurro@KMlintl.com amenities for their clients and customers. The new terminal includes a inviting lobby space, flight planning offices, conference room, and business center as well as a crew lounge and convenient parking. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 17 ATKINS Lakeland Linder Regional Airport I Terminal Modifications, Lakeland, FL This terminal modifications project consisted of converting the existing general aviation terminal space into a commercial service aviation space. The existing first Firms working together floor of the building was completely renovated including removal of the existing Atkins FBO space, pilots' lounge, and various facilities. In place of these facilities new Reference ticket counters, baggage screening, passenger screening, hold room space, Eugene Conrad III, CM, Airport Director baggage claim, and various support facilities were constructed. A single story Lakeland Linder Regional Airport 1140 East Parker Street open air expansion was made on the southeast corner of the building to cover Lakeland, FL 33801 the baggage belts. A single -story expansion to the southwest corner of the 863.834.3298 building to include additional hold room space was also included. gene.conrad@lakelandgov.net This project was the first of a planned three-phase expansion of the terminal building. This modication allows the airport to accommodate arrival and departure of up to five B737-400 aircraft each day. Future phases allow for additional aircraft including boarding bridges to accommodate widebodies. Pensacola International Airport I New VTMAE Hangar, Pensacola, FL Atkins provided concept planning, agency coordination, public involvement, Firms working together marketing, and lease negotiation for multiple maintenance, repair, and overhaul Atkins (MRO) hangar development initiatives. The final planned facility includes a Reference two-phase development program with two large aircraft maintenance hangars Daniel Flynn, Assistant Airport Director (174,000 square feet each) each capable of holding two B777 or four B757 or six — Operations A321 aircraft, aircraft parking aprons, aircraft staging area and wash rack, City of Pensacola connector taxilanes, access roadway, relocation of the perimeter security fence, 2430 Airport Boulevard, Ste. 225 installation of security gates, vehicle parking areas, various utility connections, Pensacola, FL 32504 850.436.5000 and stormwater improvements. After securing approval of the airport layout plan dflynn®cityofpensacola.com from the FAA Orlando ADO, Atkins prepared an environmental assessment, developed an airport land use map, and completed necessary FAA airspace reviews. Atkins is currently designing Phase 1 of the program, which includes one of the hangar facilities and the related site infrastructure. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 EXPERIENCE OF THE FIRM 18 ATKINS Thomas Roll PE, the dedicated QA/QC manager for this contract will develop a documented QA/QC plan and oversee its administration throughout the design. Staff with the appropriate professional and industry credentials within that project domain (construction, environmental, structures, design, etc.) will be assigned to ensure that the right person or team is conducting QA/ QC. Examples of items checked during reviews include technical design parameters and calculations (pavement, drainage, geometrics, and electrical), consistency of the construction plan set with the technical specifications, proper presentation and sufficiency of information to provide for contractor understanding, and proper grammar and spelling. QA/QC is a continuous process for our team beginning at each project inception, continuing through preparation of construction plans and specifications, and concluding only when construction is complete and facilities are operational. This strict QA/QC effort involves establishing: • Comprehensive project scope and objectives. • In-depth methods and procedures to execute the work. • Complete initial cost and schedule targets. • Detailed opinions of probable construction cost to confirm or refine on -track performance. • Thorough evaluation at regular intervals. Ultimately, the goal of the process is to generate a product that will result in a well -constructed and satisfactory project while mitigating the potential for requests for information, change orders, and cost overruns during construction. All of our team members have considerable design and relevant field construction experience, are fully invested with their plans and specifications, and have worked with contractors to get projects built. This experience provides them with the ability to identify and mitigate change order -susceptible design elements. The resulting design product is one that will remain within budget during the construction period. The Atkins' five -step QC process in Figure 3-3 will be incorporated into each task's design schedule to ensure that internal quality review, comment, and revisions are made prior to the Division's receipt of submissions. The five -step process will be used for QC review procedure for prevention of errors, identification and correction of errors, accountability of the Atkins team, and performance of appropriate peer reviews. The review process will be tracked using a comprehensive master spreadsheet similar to the one shown in Figure 3-4. Figure 3-3. Five -step QC process Atkins aC09TR0l if • PP Lead technical professional (LTP) verify Corrections Quality control reviewer (QCR) am QCR Incorporate Corrections LTP ®Concurrence ■ (with Corrections) Review(I.D. LTP QCR ■ Corrections) Assembly - QCR Ready for Review LTP In addition to managing our internal QA/QC process, it is equally important to manage the Division's design review and decision -making process. We will conduct meetings with the Division staff to communicate design status review comments and any potential project impacts. Figure 3-4. Example: Ft. Lauderdale -Hollywood International Airport QA/QC tracking sheet NO. 1 DRA INGOR SECTION NO. G0101-03 COMMENT BY TER COMMENT DATE 11/5(2012 COMMENT Mark ups provided on sheet list via email_ RESP NSE BY JRC RESPONSE DATE 11/14(2012 RESPONSE Sheet Index will be updated. CONCUR BY TER CONCUR DATE 12/17/2012 CONCURRENCE COMMENT At 90% it was said that cross sections on Id be added to 100 % set. T hey aren't T hey wil n of be ad ed. The contract 2 G01 01-03 TER 11/5/2012 in she et list or in the set. Will they be JRC 11/14/2012 w viewed, and cross sections TER 12/17/2012 added? esnot required. PMO 90% comment states "Note 21. Add extra clarification that Contractor is notable 3 G01.20 TER 11/12/2012 to submit schedule delays for a stoppage ol JRC 11/14/2012 Note has been revised. TER 12/17/2012 work directed by CPM, if the stoppage was due to a co ntract violation " The WP-302 and WP-303 project limits 4 G 02 01 TER 11/5/2012 lines overlap in some places making the JRC 11/14/2012 Space has been added between TER 12/17/2012 line type incorrect. bountlaries to eliminate confusion. Add any requirements for repairing haul routesafterconstru ction? Shouldthese Note37 C0120statesthat all 5 G 04.01 TER 11/5/2012 roads be milled and overlaid at the end of JRC 11/14/2012 Haul Routes, including roadways, are re TER 12/17f2012 the job The construction traffic will to be repaired to their original probably destroy them_ Condition. PM090% comment was not addressed. "I communication on the apron may be to either ground control or ramp control_ N 6 G 05 01 TER 11/12/2012 cc, ractor may cross any active runway. NML 11/14/2012 Comments have been addressed. TER 12/17/2012 #6 and #7, fines will be Issued for violations." PMO 90% comment requested. "Add note in Phasing and Electrical demo that any temp lighting/arcubing required to support 7 G 06 ## TER 11/12/2012 ph esing and or closures Is the responslbllit JLD 11/14/2012 Awaiting Phasing OSWA NTP TER 12/17f2012 oft eco ntractor antl is ind food in their bid" DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 SCHEDULE AND QUALITY CONTROL 13 Tab V. Proposed Staff Experience and Availability Tab V: Proposed Staff Experience and Availability At Atkins, we recognize that the success of projects is directly related to the ability and availability of the team. Experience has shown that a successful team has specific attributes. With this in mind, we have assembled a team specifically for this contract based on specific criteria in organizational chart in Figure 5-2. The Atkins team: • Is committed to your goals and objectives. • Has done it before. • Includes key personnel who have previously collaborated on successful endeavors. • Provides local knowledge and experience backed by national resources. Key personnel Our team has a history of delivering projects together; a number of these projects have been highlighted in Tab IV: Experience of the Firm. Brief biographies and role of each key personnel in Figure 5-3 and detailed resumes starts on page 23. Applicable professional registrations and/ Figure 5-1. Team availability Darin Larson, PE, LEED AP 70 Fin Bonset, M.Sc. 40 Thomas Roda, PE 40 Lori Steiner, PE 80 Kevin McCauley, PE 70 Fleet Wulf, PE, PMP, LEED AP BD+C 60 Richard Wawrzyniak, PE 60 Edward Cronyn, PWS 60 Anna Marron 70 Manuel Bejarano, Ph.D., PE 40 Nathan Parish, PE 90 A LOCAL TEAM WITH NATIONAL $ M EXPERIENCE DELIVERING COST LOCAL EFFECTIVE, REDUCED FOOTPRINT, TEAM WITH NATIONAL INNOVATIVE SOLUTIONS CE EXPERIEN11k4ff or certifications of key personnel are included in Tab VIII: Required Form Submittals. Availability Atkins has the depth and availability of appropriate technical resources. We prepare manpower estimates routinely to use our staff resources more effectively and efficiently. Atkins has access to personnel in other offices with whom we frequently work to meet additional staffing needs. These team members work together seamlessly. Quantity of staff means very little if a consultant is unable to commit the number of staff necessary or provide the desired individual at a moment's notice. This is why we believe workload, availability, and commitment of staff are important components of providing quality service. The team proposed for this project in Figure 5-1 includes 14 Atkins employees, many of which are industry leaders with a long history of aviation experience. Our team also includes 8 subconsultant staff to help provide the necessary resources for the Division. All individuals identified as key personnel in the proposal shall remain on the team for the technical proposal and for the duration of the procurement process and the contract. Michael Ryan, PE, PMP 40 Praveen Ommi, CEP, AVS, LEED AP 40 Roberto Mantecon, PSM, PLS 50 Dayna Fendrick, RLA 60 Craig Hanson, AIA, LEED AP 80 Gary Krueger, AIA 70 Zemp Pepper, PE 60 Gilbert Ortiz, PE 60 Paul Moerschel, PE 60 Michael Jordan, PE, CGC 50 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 19 ATKINS Figure 5-2. Organizational chart Lead Civil Engineer Lori Steiner, PE* Lead Airfield Engineer Kevin McCauley, PE* Utility Engineer Fleet Wulf, PE, PIMP, LEED AP BD+C Stormwater Engineer Richard Wawrzyniak, PE Environmental/ Permitting Edward Cronyn, PWS Legend * — Key personnel 1 — SchenkelShultz Landscape Architect Dayna Fendrick, RLA3 Aviation Planning/ Airspace Anna Marron* Pavement Engineer Manuel Bejarano, Ph.D., PE Construction Management/Inspection Nathan Parish, PE* Michael Ryan, PE, PIMP Cost Estimator Praveen Ommi, CEP, AVS, LEED AP Lead Aviation Design Architect Craig Hanson, AIA, LEED AP'* Lead Architect/Permitting Gary Krueger, AIA'* MEP Zemp Pepper, PEz* Gilbert Ortiz, PE Structural Paul Moerschel, PE5* Construction Management/Inspection Gary Krueger, AIA' Geotechnical Michael Jordan, PE, CGC° Surveyor Roberto Mantecon, PSM, PLS Unless otherwise noted, all staff shown are Atkins employees. 2 — AVCON (DBE) 4 — Tierra (DBE) 3 — Urban Green Studio (DBE) 5 — TRC DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 20 ATKINS Figure 5-3. Key personnel personnel/roleKey experience I office location Darin Larson, PE, LEED AP Serve as primary County contact person; responsible for all coordination, Project Manager 125 years deliverables, and client satisfaction; manage design and construction of projects on the airside and landside of the airport; study designs to establish framework Office: Fort Myers, FL and detailed work programs; render technical advisory and consulting expertise to the County; ensure that all project activities are accomplished on time and within budget and at the highest quality. Fin Bonset, M.Sc. Ensure all resources are available and committed and that the team functions Principal -in -Charge 117 years efficiently; provide backup to project manager, as needed; and review compliance with all federal, state, and local laws including environmental laws Office: Melbourne, FL and regulations. Thomas Roda, PE Develop project specific QA/QC program in accordance with Atkins standards. QA/QC Manager 119 years Identify and organize qualified QA/QC review personnel. Provide QA/QC training. Oversee the administration of the QA/QC program. Perform independent QA/QC Office: Tampa, FL audits to ensure compliance. Provide drainage design, horizontal and vertical geometry, grading plans, erosion Lori Steiner, PE Lead Civil Engineer 118 years control, cross -sections, and demolition plans. Office: Orlando, FL Kevin McCauley, PE Provide design packages and plans for paving, lighting, and signing; NAVAIDs; Lead Airfield Engineer 115 years and various design aspects such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. Office: Ft. Lauderdale, FL Anna Marron Provide apron/taxilane planning, approach feasibility studies and airspace (FAR Aviation Planning/Airspace 17 years part 77) planning, land use planning, airport emergency and security planning, and aircraft simulation. Office: Melbourne, FL Nathan Parish, PE Perform constructability reviews on design documents. Lead construction Construction Management/Inspection administration process including shop drawing and RFI process. Serve as on -site 13 years inspector during site construction items. Office: Fort Myers, FL Craig Hanson, AIA, LEED AP Provide airport programming, planning, and architectural design. SchenkelShultz Lead Terminal Planner 127 years Office: Orlando, FL Gary Krueger, AIA I SchenkelShultz Provide architectural design and coordinate with local permitting agencies. Lead Architect/Permitting 133 years Office: Fort Myers, FL Expertise in the design and understanding of various fire suppression system Zemp Pepper, PE I AVCON Mechanical, Electrical, Plumbing 32 years projects, including wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems. Credentials on various airport projects Office: Naples, FL including multiple hangar programs and building renovation projects. Paul Moerschel, PE I TRC Extensive background in design using various types of structural systems Structural 121 years including concrete, steel, wood and aluminum and cast -in -place, prestressed and post -tensioned concrete. Ability to produce cost-effective structural Office: Fort Myers, FL system designs by demonstrating effective management techniques and using construction experience to overcome project constraints imposed by program designs and budget. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 21 ATKINS Darin Larson, PE, LEED AP Project Manager B.S., Civil Engineering, Iowa State University PE: Florida, California, Iowa, Minnesota LEED Accredited Professional, U.S. Green Private Pilot License, Instrument Rating Building Council Darin Larson has 25 years of experience in planning, design, and construction of airport development projects. He has served in program and project management roles for a wide variety of airside and landside infrastructure development programs, 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. Relevant projects New MRO Hangar, Pensacola International Airport, Pensacola, FL. Project director responsible for general oversight of project as well as quality assurance/quality control for the design and construction administration of this new $45 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. General Architectural and Engineering Services, Southwest Florida International Airport and FMY Base Ops, 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 the Southwest Florida International Airport (RSW) and FMY in Lee County, Florida. In this role, Atkins North America serves as an extension of staff for a variety of small, medium, and large architectural, engineering, and miscellaneous projects/tasks. Aircraft Rescue and Fire Fighting Facility, Southwest Florida International Airport, Fort Myers, FL. Served as the project manager responsible for the design and construction of this project that included a 31,052-square-foot ARFF building, landside access road and parking area, airside access road and apparatus bay apron pavement, and related signage and marking, grading, earthwork, water, sanitary sewer, drainage, miscellaneous site elements, and perimeter fencing. New North Terminal Development, Winter Haven Municipal Airport, Winter Haven, FL. Principle -in -charge for this $8 million GA terminal project and engineer -of -record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. Airfield Expansion Program, Fort Lauderdale -Hollywood International Airport, Fort Lauderdale, FL. Served as the project manager and engineer -of -record for the $800 million expansion of Runway 9R-27L. The program involved the construction of a 150- by 8,000-foot runway to replace the existing 5,300-foot runway and included taxiway improvements including a parallel taxiway system, a crossfield and connector taxiway system, a remain overnight (RON) apron, and demolition of two existing runways. In addition to associated airfield lighting, the project included installation of an engineered material arresting system on each runway end. Mr. Larson was responsible for design, bidding, and construction phase services for three major contract packages related to runway, taxiways, and bridge structures and several smaller packages for projects related to demolition of an existing hotel and hangar, utility infrastructure, and landscaping. South Terminal Complex (STC) Development Program, Orlando International Airport, Orlando, FL. Atkins is part of the civil/transportation engineering consultant team led by HKS Architects for the development of the South APM Complex. Phase I includes the design and construction of a new APM station, new parking garage, access roadways to the new facilities, relocation and adjustment of existing roadways, new bridges/overpasses, site grading, drainage, new utilities, and relocation of existing utilities all under the WS-100 project. Expansion of the project to include the proposed intercity and commuter rail station is also included in Phase I under the WS-102 intermodal terminal facility and passenger drop-off lobby. The ultimate STC will have a buildout of approximately 120 airside gates. Mr. Larson provided QC and sustainability services during the design phase of the program. The project is seeking certification as LEED Silver. Terminal Apron Rehabilitation, Orlando -Sanford International Airport, Sanford, FL. Principal-in-charge/quality control for the construction engineering and inspection services associated for 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. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 22 ATKINS Fin Bonset, M.Sc. PrinciDal-in-Charge M.S., Aviation: Airport Management B.S., Aviation Management/Flight Option, and Development, Florida Institute of Florida Institute of Technology Technology Ai 7 Simtra PathPlannerTM Certified Instructor Commercial pilot (mulit-engine), instrument rating Big -picture airport planning and design in a financially feasible, environmentally sustainable, and community responsible manner has been at the forefront of Mr. Bonset's career philosophy and inherently encompasses his responsibilities at Atkins. Throughout the last 17 years, Mr. Bonset has managed and conducted technical airport planning work at more than 150 airports worldwide. He understands that this particular effort requires clear communication with stakeholders and proper planning for overall airport and community development, hence his responsibility to provide the Division with, and lead, the most talented airport planning professionals is his main goal. Mr. Bonset will aim to essentially become a critical part of your staff to support your mission. Relevant projects Southwest Florida International Airport, Airport Master Plan Update, Ft. Myers/Lee County, FL. As senior airport planner, completed inventory data assessment, demand/capacity analysis, facility requirements, ALP update, presentations to the Lee County Commissioners, and alternatives analyses. Facility requirements included a study to justify a proposed second parallel runway for the 20-year planning horizon. Coordinated information sharing and meetings with the client. Orlando Executive Airport, ALP, Orlando, FL. Project manager/principal involved in every project aspect to create an 11-sheet ALP set including all CAD work and related planning analyses. Project management duties included all budgeting and scheduling for the project, supervising junior planners, and coordinating efforts with the client. Philadelphia International Airport, On -Call Planning and Technical Services, Philadelphia, PA. Deputy program manager/project manager for on -call airport planning services, including ongoing terminal facilities assessment studies. Thomas Roda, PE OA/OC Manaaer B.C.E., Civil Engineering, Georgia Institute Airports Council International, North American Association of Airport of Technology America Executives PE: Florida Florida Airports Council Airport Consultants Council Mr. Roda has 19 years of aviation -related experience in the engineering, planning, construction, and management of airport - related and/or general civil engineering projects including runways, taxiways, aprons, and pavement rehabilitation projects as well as buildings, roadways, and drainage projects. As a project manager, he has been responsible for the oversight and coordination of multidiscipline teams on projects as diverse as new building construction, building expansions, pavement construction and repair, and many others. Throughout his career, he has had direct involvement in nearly $10 billion worth of capital improvement projects at 35 different airports throughout the United States, Caribbean, and Middle East. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Project manager and lead civil engineer for the design and construction administration of this new $45 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, 13757, and A320 aircraft. Ft. Lauderdale -Hollywood International Airport, Expansion of Runway 9R-27L, Ft. Lauderdale, FL. QC manager for this estimated $1.2 billion 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. 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. Winter Haven Municipal Airport, New North Terminal Development, Winter Haven, FL. Project manager for this $8 million general aviation terminal project and engineer -of -record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 23 ATKINS Lori Steiner, PE Lead Civil Enaineer B.S., Civil Engineering, Georgia Institute M.B.A., Business Administration, of Technology University of Florida PE: Florida, Georgia Society of Women Engineers American Society of Civil Engineers Greater Orlando Aviation Authority Lori Steiner has 18 years of aviation and transportation design including drainage design, horizontal and vertical geometry, grading plans, erosion control, cross -sections, and demolition plans. Ms. Steiner's project experience has included runway and taxiway rehabilitations, terminal expansions, and roadway design. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Providing QC 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 design scope includes all architecture and engineering services required for the facility. Lakeland Linder Regional Airport, Terminal Parking Expansion, Lakeland, FL. Project manager for the design of a 6780 square yard asphalt parking expansion in the terminal parking area and a 7490 square yard asphalt rental car quick turn around area including associated demolition, utilities and drainage installations in both areas. Orlando International Airport, South Airport Automated People Mover (APM) Complex, Orlando, FL. Production manager for the estimated $100 million civil portion of this estimated $714 million program to construct a new APM complex at this large hub commercial service airport. This project, considered the first phase in the development of the ultimate South Terminal Complex, includes the design and construction of a new APM station, parking garage, access roadways, stormwater facilities, utilities, and miscellaneous adjustments to existing facilities. Ms. Steiner was responsible for coordinating the design effort with the internal civil design team, the architect team, and all stakeholders. Kevin McCauley, PE , Lead Airfield Enaineer B.S., Civil Engineering, Florida State American Society of Civil Engineers Illinois Department of Transportation University Portland Cement Concrete Tester Course Documentation Certification and Effective PE: Florida, California Roadway Lighting Kevin McCauley has 15 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. Relevant projects m Pensacola International Airport, New MRO Hangar, Pensacola, FL. Lead airfield engineer for the design and construction administration of this new $45 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 13777, 13757, and A320 aircraft. Airfield Expansion Program, Fort Lauderdale -Hollywood International Airport, Fort Lauderdale, FL. Airfield engineer for the $800 million expansion of Runway 9R-27L. The program involved the construction of a 150-foot by 8,000-foot runway to replace the existing 5,300-foot runway and included taxiway improvements including a parallel taxiway system, a crossfield and connector taxiway system, a remain overnight (RON) apron, and demolition of two existing runways. In addition to associated airfield lighting, the project included installation of an engineered material arresting system on each runway end. Okaloosa Regional Airport Terminal Additions Program, Okaloosa County, FL. Lead aviation design engineer for this $24 million project to realign the entrance road to the main terminal building as well as provide terminal expansions to the ticketing, baggage, and terminal concourse. This project, a task order under the Okaloosa County Airports System general engineering consultant services master contract, involved various design aspects such as landside and airside geometrics, profiles, alignments, cross sections, maintenance of traffic, phasing, utility infrastructure, and drainage. Responsible for the design, construction plans, engineer's report, and specifications. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 24 ATKINS Anna Marron Aviation Planning/Airspace B.S., Aviation Management, Florida Federal Aviation Authority — Private Pilot Institute of Technology Anna Marron is an aviation planner with 7 years of aviation planning experience acquired through involvement with apron/ taxilane planning, approach feasibility studies and airspace (FAR part 77) planning, land use planning, airport emergency and security planning, and aircraft simulation. Relevant projects Pensacola International Airport, New MRO Hangar, Pensacola, FL. Providing aviation planning 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 design scope includes all architecture and engineering services required for the facility. Lakeland Linder Regional Airport, New MRO Hangar Focused EA, Lakeland, FL. Performed environmental assessment in accordance with FAA standards as part of a study to attract potential MRO and cargo activity to the airport. The project involved reviewing previously submitted documents and materials, identifying the purpose and need of the project and its consistency with FAA goals, identifying the alternatives to be analyzed, coordinating with the airport sponsor to establish a project schedule, and meeting with the appropriate regulatory staff to introduce them to the project and establish/review project goals. Pensacola International Airport, Land Use Plan, Pensacola, FL. As aviation planner was responsible for identifying developable property and assigning marketable land uses to airport owned property. She is also responsible for the development production and Airport Land Use Map. This project developed a study of airport land use at Pensacola Airport. The product of this study was an Airport Land Use Plan that demonstrates the various types of restricted areas versus areas available for development on airport property. This product is primarily used for airport property and development marketing. Nathan Parish, PE Site Civil/Utilities Desian B.S., Civil Engineering, Mississippi State Airports Council International, North University America PE: Florida Florida Airports Council Nathan Parish has 13 years of experience involving airfield, roadway, and civil/site/utility design and construction services. Mr. Parish has provided civil design and construction support services for diverse projects including MRO site selection, new ATCT, new fuel farm, new ILS, and terminal modifications. Relevant projects Lakeland Linder Regional Airport, New Air Traffic Control Tower, Lakeland, FL. Civil engineer for design and Construction manager. This new $6 million air traffic control tower has a controller eye height of 125-feet containing 14 floors: 8 of which support tower operations and the other 6 are open for future use by the airport. The project included all civil/site, architecture, structural, mechanical, electrical, plumbing, fire protection, equipment, and stakeholder coordination. Tampa International Airport, Centralized Concessions Distribution Warehouse, Tampa, FL. Civil engineer for this $7 million project to construct a new 20,000 square foot centralized concessions distribution warehouse. The facility was developed as a pass through facility for all concession items entering and leaving the airport. Reconstruction of airport roadways that access the site was also included. Coordination with the airport's master stormwater plan was also a critical component of the project. Responsible for civil/site designs including site grading, pavement designs, parking and roadway layouts, security fencing, stormwater drainage, and various utilities. Winter Haven Municipal Airport, New North Terminal Development, Winter Haven, FL. Project engineer for design and construction manager for this $8 million general aviation terminal project and engineer -of -record for the airside and landside civil components. The project included an approximately 14,000-square-foot terminal building, parking lot, aircraft apron, connecting taxiways, and miscellaneous site infrastructure. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 25 ATKINS Craig Hanson, AIA, LEED AP I SchenkelShultz Lead Airfield Enqineer Ai 7 M.S., Architecture, University of AIA: Florida LEED Accredited Professional, U.S. Green Washington Building Council Craig Hanson has 27 years of airport programming, planning and architectural design experience on more than 150 aviation projects. His experience encompasses more than 45 executive terminals designed worldwide. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Aviation designer for the new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which signifies the beginning of Page Field operations as an Air Force Base. The LEED-certified terminal building accommodates: public lobby with cafe and gift shop; rental car agency counters; pilot lounge, recreation space, and quiet area; flight planning; community seminar room; operations and administration offices; and conference room. Orion Jet Center Terminal and Hangars, AA Acquisitions, LLC, Opa Locka, FL. Aviation designer for the development of the new Orion Jet Center FBO Terminal and hangars is the first phase in a multiphase, mixed -use development in South Florida. Phase one encompassed 32 acres of the 240 acre site and included the following elements: new FBO terminal; two 40,000-square-foot hangars which include 20,000-square-foot of tenant shops, offices and garage; and new landside parking and landscaping to support all three buildings. The design creates a strong sense of place, reflective of south Florida, while also respecting the architectural integrity of the historic hangar on property. The final design of the Jet Center includes landscaping that uses natural Miami vegetation; and the architecture is a mid -modern century design that is prevalent in south Florida, blended with the historic Coast Guard hangar aesthetic. Palm Beach International Airport, NetJets FBO Terminal, West Palm Beach, FL. Aviation designer/project manager for a new 10,000-square-foot executive terminal for NetJets, who partnered with Signature Flight Support at the Palm Beach International Airport. The new FBO terminal is the first new building in the airport's Golf View Aviation Business Park. The project began with a master planning exercise to determine how to most effectively site the building and establish the necessary infrastructure to accommodate the airport's needs today and for the anticipated future build -out. The new facility serves NetJets use exclusively and offers a vast amount of amenities for their clients and customers. The new terminal includes a inviting lobby space, flight planning offices, conference room and business center, as well as a crew lounge and convenient parking. Gary F. Krueger, AIA I SchenkelShultz Lead Architect/Permitting I`I4t M.S., Architecture, University of AIA: Florida LEED Accredited Professional, U.S. Green Oklahoma Building Council Gary Krueger has 33 years of design experience. He began his architectural career in Southwest Florida in 1980 and has been involved in more than 400 projects in Southwest Florida, including more than 75 aviation projects. Mr. Krueger has extensive knowledge of Collier County's land development code, and the Florida building code and the Florida fire prevention code, as well as experience coordinating with local permitting agencies. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Principal-in-charge/project manager for the new general aviation terminal and multiuse aircraft hangar was designed using an architectural style reminiscent of a historical 1940s time period which signifies the beginning of Page Field operations as an air force base. The LEED-certified terminal building accommodates: public lobby with cafe and gift shop; rental car agency counters; pilot lounge, recreation space, and quiet area; flight planning; community seminar room; operations and administration offices; and conference room. Charlotte County Airport, Bailey Terminal. Principal-in-charge/project manager for the newly designed, 18,000-square-foot commercial airline passenger terminal building at the Charlotte County Airport. The $4.5 million terminal was designed with flexibility for future interior reconfigurations, as well as, future expansion, and was designed to withstand winds of up to 133 mph. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 26 ATKINS g;iZemp Pepper, PE I AVCON h.' MEP B.S., Mechanical Engineering, University PE: Mechanical and Fire Protection, of Florida Florida Zemp Pepper has 32 years of experience as a mechanical engineer. His focus is in the design, analysis and layout of HVAC, plumbing and fire protection for a wide variety of public, commercial, industrial, and aviation projects. In addition to his various mechanical design roles, he has demonstrated expertise in the design and understanding of various fire suppression system projects, including wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems. Mr. Pepper has used these credentials on various airport projects including multiple hangar programs and building renovation projects. Relevant projects Airport Rescue and Fire Fighting (ARFF) Station Development, Eglin Air Force Base, FL. Project engineer for the $2.6 million Eglin Air Force Base ARFF Development project comprised of 8,599-square-foot ARFF building with 3 truck bays, 6 bunk rooms, kitchen, day room, locker facilities, offices, training room, and supporting utility rooms. William P. Hobby Airport, Occidental Petroleum Hangar, Houston, TX. Project manager for 51,000-square-foot corporate hangar facility comprised of a 34,650-square-foot hangar, 9,200-square-foot, two-story office, and 7,300-square- foot shop/maintenance space. Design services included mechanical, electrical, plumbing and fire protection engineering. Orlando International Airport, Airside 4 Restroom Renocations, Orlando, FL. Project manager, provided electrical design for the renovation of 9 restroom facilities totalling to 9,600-square-foot at the Airside 4 International Terminal. The project required complete demolition of the existing spaces and new power distribution, lighting, fire alarm and low voltage system design. Paul Moerschel, PE I TRC Structural At: M.S., Civil Engineering, Georgia Institute B.S., Engineering Science & Mechanics Fort Myers Chamber of Commerce and of Technology (with Honors), Georgia Institute of Florida Engineering Study PE: Florida Technology Paul Moerschel has 21 years of experience in structural design utilizing various types of structural systems including concrete, steel, wood and aluminum, and cast -in -place, prestressed and post -tensioned concrete. Mr. Moerschel has proven his ability to produce cost-effective structural system designs by demonstrating effective management techniques and utilizing m construction experience to overcome project constraints imposed by program designs and budget. His experience has enabled him to effectively manage projects while providing a high level of client satisfaction with engineer services and structural drawings. Relevant projects FMY Base Ops, General Aviation Terminal and Hangar, Fort Myers, FL. Provided structural engineering design and contract administration on this two-story, 23,000-square-foot terminal building at the existing airport. The two-story lobby features a full scale model of a P-51 Mustang vintage aircraft within the space suspended from the roof structure. The LEED certified project also includes a 24,000-square-foot aircraft hangar facility with a photovoltaic solar system on its roof, and restoration and placement outside the terminal of a North American T-6 aircraft. The Club at Pelican Bay, Collier County, FL . Project manager for the addition of a two-story 41,000-square-foot clubhouse and a two-story 22,000-square-foot cartbarn and fitness building. There is an outdoor dining area that partially spans over an existing lake. The construction of the buildings generally consist of exterior and interior load bearing 8" CMU walls with concrete and steel columns and tie columns. The elevated floor are constructed of 8" hollow core planks with a 2" concrete topping slab. The elevated outdoor eating area is support by precast driven piles with concrete beams and floor slabs with a continuous steel sheet pile wall. The clubhouse is considered a threshold building and TRC is performing threshold inspections during construction. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE 27 ATKINS SCHENKELSH U LTZ ❑❑❑ A R C H I T E C T U R E❑❑❑ May 2, 2016 Darin Larson, PE, LEED AP Project Manager Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 SUBJECT.- Letter of Intent for Proposed Contract for Design Services for Marco Executive Airport Terminal (RFP 16-6561) Dear Mr. Larson: I hereby make the unequivocal commitment that, in the event of an award of a contract to Atkins North America, Inc. that SchenkelShultz Architecture will fulfill the duties of Architect. incerely, Gary F. Kruege Partner 239-940-2332 gkrueger@schenkelshultz.com SCHENKELSHULTZ —Orlando • 200 East Robinson Street, Suite 300 • Orlando, Florida 32801 Phone407-872-3322 • Fax407-872-3303 • www.schenkelshultz.com • Architectural License AA-0000937 DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS MONEGENN FALVALIKS 101 IMENEW April 26, 2016 Darin Larson, PE, LEED AP Project Manager Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 Reference: Design Services for Marco Executive Airport Terminal RFP 16-6561 Dear Mr. Larson: AVCON, INC. ENGINEERS & PLANNERS 125 Aviation Drive, Suite 104 Naples, Florida 34104 Phone: (239) 280-1264 www.avconinc.com It is AVCON, INC.'s (AVCON) intent to support the Atkins Team with Mechanical/Electrical/Plumbing (MEP) and Fire Protection engineering services on the Marco Executive Airport Terminal project for Collier County. AVCON will support the team from its Naples office located at: 125 Aviation Drive, Suite 104, Naples, FL 34104. AVCON is prepared to commit all the necessary resources at our disposal to provide responsive delivery. AVCON, INC. (AVCON) is a full -service engineering and planning firm specializing in airports, transportation facilities, and site development projects. With more than 27 years of airport general consulting, on -call services, design and planning experience at more than 100 airports throughout the U.S. and abroad, AVCON's staff of engineers and planners has completed essentially every type of airport project. These projects range from airport master plans and condition assessments to airfield pavement designs, lighting and NAVAIDs, hangar developments, security projects, roadway designs, and utility and storm water improvements. AVCON, INC. is certified by the State of Florida Board of Professional Engineers, certified as a Disadvantaged Business Enterprise (DBE) under the Unified Certification Program, and certified as a Minority Business Enterprise through the State of Florida Office of Supplier Diversity. Should you have any questions or need any additional information please do not hesitate to give us a call at (239) 280-1264. We look forward to having the opportunity to serve and work with the Atkins Team and Collier County. Thank you for your consideration of AVCON, INC. for this very important assignment. Sincerely, AVCON, INC. daA&CeAA� Sandeep Singh, P.E. President CIVIL & STRUCTURAL • AIRPORT & AVIATION CONSULTING • TRANSPORTATION DESIGN & PLANNING DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS TIERRA May 4, 2016 Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, Florida 33901 Attn: Mr. Darin Larson, PE, LEED AP Project Manager RE: Letter of Intent to Provide Subconsultant Services RFP 16-6561 Design Services for Marco Executive Airport Terminal Collier County, Florida Mr. Larson: This letter serves as our firm's intent to provide Geotechnical Engineering and Construction Materials Testing and Inspection Services for the above referenced contract. Tierra, Inc. agrees to provide all geotechnical engineering, and materials testing services as needed on the above referenced contract for Collier County and ATKINS. Tierra, Inc. is a full service consulting geotechnical and construction materials testing engineering firm. Tierra is certified under the Florida Unified Certification Program (UCP) as a Disadvantaged Business Enterprise (DBE) by the Florida Department of Transportation (FDOT). Tierra is also certified as a Minority Business Enterprise (MBE) by the Florida Department of Management Services, Office of Supplier Diversity. We appreciate the opportunity to be a part of your team for this contract. Our intent is to provide ATKINS and Collier County with the best geotechnical engineering services possible. Sincerely, TIERRA, INC. Henri V. Jean, P.E Principal Geotechnical Engineer m 0 a 7351 Temple Terrace Highway • Tampa, Florida 33637 • 813.989.1354 •813.989.1355 fax DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS TRC Worldwide Engineering, Inc. 11926 Fairway Lakes Drive Fort Myers, FL 33913 Phone: (239) 939-1414 F: (239) 278-4289 www.trcww.com C.O.A. No. 27322 May 11, 2016 Darin Larson, P.E., LEED AP Project Manager Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 RE: Letter of Intent Design Services for Marco Executive Airport Collier County, FL Dear Darin: 7;Rc: WORLDWIDE ENGINEERING TRC Worldwide Engineering would be pleased to participate as the structural consultant for the professional team that would provide services for you, Atkins North America, Inc. TRC has been fortunate to work with members of your team, Schenkel Shultz, on Page Field Terminal and Punta Gorda Commercial Airline Passenger Building in Southwest Florida. We have worked well as a team because our commitment to our clients and their satisfaction with the final product has been our joint goal. TRC is thrilled to be a part of this most exciting project, and we thank you for asking us to become part of your team for the Marco Executive Airport. We look forward to continuing our professional relationship. Very truly yours, TRC WORLDWIDE ENGINEERING, INC. m Paul S. Moerschel, P.E. Principal, Division Manager PSMIag S E R V I C E I N N O V A T 1 O N Q U A L I T Y DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 PROPOSED STAFF EXPERIENCE ATKINS URBAN 57�o- LAND PLAN N IN G LANDSCAPE ARCH ITECTU RE URBAN DESIGN t April 28, 2016 Mr. Darin Larson, PE, LEED AP Project Manager ATKINS North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 SUBJECT: Collier County RFP #16-6561 Design Services for Marco Executive Airport Letter of Intent Dear Mr. Larson, We are pleased to provide this Letter of Intent to perform as a sub -consultant to ATKINS for Collier County RFP #16-6561. Urban Green Studio is eager, capable and committed to provide ATKINS with Landscape Architecture and Irrigation design services for the project. As always, our mission is to practice innovative design that is sustainable, functional and cost effective, and to participate in a collaborative manner with the integrated design team. Thank you for this opportunity and we look forward to working with you to create a beautiful and maintainable landscape architectural design that will benefit Collier County in a positive manner. Sincerely, R NO M Dayn ric , LA, AICP Managing Member URBAN GREEN STUDIO, PLLC FL LA Lic 2 LA0001224 DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL. RFP 16-6561 PROPOSED STAFF EXPERIENCE r� C m o, m a^ m � CD I c Lq ten— o a� m rr m 0- Tab VI. References - 5 Completed and Returned Collier County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Reference Questionnaire for: Schenkel & Shultz, Inc. (Name of Company Requesting Reference Information) Gary F. Krueger, AIA (Name of Individuals Requesting Reference Information) Name: Hector Yanez, Dept. Director of Eng. and Const. Company: Lee County Port Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: hyanez@flylcpa.com FAX: Telephone: 239-590-4605 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Page Field General Aviation Terminal and Hangar Project Description: Completion Date: 9/15/2011 Project Budget: $7,200,000 Project Number of Days: 590 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 Please FAX this completed survey to: 407-872-3303 RFP 16-6561 Marco Airport Terminal By 5/12/16 32 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 0 M s Collier County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Reference Questionnaire for: (Name of Company Requesting Reference Information) Daniel La an and Craig Hanson (Name of Individuals Requesting Reference Information) Name: Jeff Colasanti, Proj. Mgr. Orion Jet Centercompany: Paragon Development Co. (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: jeff@paragondevco.com FAX: ---- Telephone: (954) 778 - 1898 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Terminal and Hangars Completion Date Project Budget: $ 27,000,000 Jan. 2014 Project Number of Days: 820 (multiple constr. phases) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: RFP 16-6561 Marco Airport Terminal By 32 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 2 C0111'er County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Reference Questionnaire for: Schenkel & Shultz, Inc. (Name of Company Requesting Reference Information) Craig W. Hanson, AIA, LEED AP (Name of Individuals Requesting Reference Information) Name: Sam Curro (Evaluator completing reference questionnaire) Email: scurro@KMlintl.com FAX: Company: KMI International (Evaluator's Company completing reference) Telephone: 407-413-5902 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Signature NetJets FBO Terminal at PBIA Project Description: Completion Date: 9/30/2013 Project Budget: $10,000,000 Project Number of Days: 781 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: 407-872-3303 RFP 16-6561 Marco Airport Terminal By 5/12/16 32 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 3 F r r,m. L A KF LAN Ll AI HPO. RT 863 834 3274 05/03/2016 15. 19 83f33 P.O.01/f)Dl rn 0 Co�ev County Adml ristaWe Services Deparir v nt Procurement services Division Attachment 8: Reference Questionnaire Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Reference Questionnaire for: Atkins North America, Inc. (Name of Company Requesting Reference Information) Thomas Rod@, PE (Name of Individuals Requesting Reference Information) Name: Gene Conrad Company: Lakeland Linder Regional Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: gene.conrad@lakelandgov.net FAX.: 863,648.3274 Telephone: 863.834.3298 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey_ Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindivdival 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: Terminal Modifications Completion Date: 2012 Project Budget: $1.6 million Project Number of Days: 120 calendar dais (construction) 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. � Gr 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. �3 8 Abiltity to manage risks and unexpected project circumstances. G; 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. Id 10 Overall comfort level with hiring the company in the future (customer satisfaction). ^) TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Emmily Kearney - fax: 702.263.7200 or email Emmily.Kearney@atkinsglobal.com RFP 16-6561 Marco Airporl Terminal By May 5, 2016 32 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 4 co 7`er co;ty Administative Savioes Department Rocumment5ervices Divson Attachment 8; Reference Questionnaire Solicitation. RFP 16-6561 - Design Services for Marco Executive Airport Termin Reference Questionnaire for: Atkins North America, Inc. (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name- Dar Flynn Company: Pensacola International Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Ernail: dfiynn@citycfpensaccla.com FAX: 850.436.5006 Telephone. 850,436.5000 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firmfindividual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item orform will be scored "0." Project Description: NewVTMAEHancier Completion Date: ongoing Project Budget: $46 million project Number of Days: 16 months (estimated construction) Item Citeria Ability to manage the project costs (minimize change orders to scope). Score 1 1 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 1 6 7 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) Ability to verbally communicate and document information clearly and succinctly. 10 1� 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 _ 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL. SCORE OF ALL ITEMS _ 1 0 0 Please FAX this completed survey to: Emmily Kearney - fax: 702.263.7200 or email: Emmily.Kearney@atkinsglobal.com RFP 16-6561 Marco Airpori Terminal By May 5, 2016 32 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REFERENCES 5 n Tab VI I. lu Acce to n ce of p o� 0' Conditions 0 _ _ A LOCAL TEAM WITH NATIONAL EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, INNOVATIVE SOLUTIONS Tab VII: Acceptance of conditions Atkins has no exceptions to the standard contract. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 ACCEPTANCE OF CONDITIONS Tab VIII. Required Form Submittals M A LOCAL TEAM WITH NATIONAL s EXPERIENCE DELIVERING COST EFFECTIVE, REDUCED FOOTPRINT, TEAM WITH fJATIOnuL INNOVATIVE SOLUTIONS E%RERIENCE Tab VIII, Required Form Submittals As requested in the County's RFP, this section provides the following documents and executed forms, including notarization, as appropriate: • Licenses and Certifications • Attachment 1: Consultant's Non -Response Statement • Attachment 2: Consultant Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Statement • Attachment 5: Immigration Affidavit Certification • Attachment 6: Consultant Substitute W-9 Request for Taxpayer Identification Number and Certification • Attachment 7: Insurance and Bonding Requirements • Attachment 8: Reference Questionnaire • Exhibit E - Granting Agency Forms • Vendor Submittal - Conflict of Interest Certification • Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions • Disadvantaged Business Enterprise (DBE) Utilization Form 1 — Form 4 • Acknowledgement of Terms, Conditions, and Grant Clauses • Certification Regarding Lobbying DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 1 ATKINS ATKINS Engineering Architecture Surveying and mapping Landscape architecture State of Florida Boar of profegti-ior� 2I Ef)gWeer.9 .cUtrr%m thm AWns Nenh kmadrm, F B P E is authorized under the pray isi4ns of ccriao47WTI Tr&NtWo &brur^ to offer engineering services to the public through a Professieppl meet, dul1iiceaasdxrkdeT4Chapeer 471, Florida Statu a:res. Espitotio2/2812017 ti .-' CA Lk Na: Audit No: 228201702108 �_L' '(� s. � I RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA 0ePARTM9N1` OF BUSINESS AND PROFESSIOHAi. REGULATION —, .k-, BOARD OF ARCHITECTURE & INTE RfOR DESIGN ,u- � " MCODD, The ARCHITECT CORPORATION Named b� ow IS CERTIFIED s� U llder the proVI-e of Chaplet 401 FS. Exphwbon deh1: FES 28, 2017 ATKINS NORTH AMERICA INC 4030 W. BOY SCOUT BOULEVARD SUITE 700 TAMPA FL 33607 ISSUED. I=Q014 DISPLAY ASREOUIRED BY LAW SEQ. L14120M001698 -+. -Flntidn fl[Porlwr..l of Aylkvllury a�J [ 1m•I.nl�r !.tn irri rmhii�nremnnw.ryenk•x. Lko Na-LS23 II1.x.fI..1I'r.1fr.Jow.l tier. Y.I.n n�1l HaAl.rn Qw,, I1. 1,1...... Na. al.�lur6rc PLw a. T.16Fa..ee, rI1rL6 ]±]90.6SNV Cv� Professional Surveyor and Mapper Businees License t In&1 i he pR.l'IN-Wx nl' L l.a$H W a 72. rlwidn siaskixf ATT '%: \GHTH PT. $0011 W EtiC_ A'rTN: l.F.[iAE. I1F.PT.J0.111 H' RIIk' SCfH.T BE.YD STR ?86 TAN PA. FL S_'+bp7-y71 S AUhM H. PLITNAM COMMINSIONFIt OF AGRICII+-rl R1 I h...p—i6 9 ryb.ur.l..v—.o. ir.yra •— ... d.n—r.—a—ti6_.... ,,ry A1•VMt11.rlr.d1.r— RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROF USSIONAL REGULATION BOARD OF NDSCAPEARCH MTLIRE F - 1 ' 1 iCODODOS7 The LANDSCAPE ARCHITECT BUSINESS Named below HAS REGISTERED Under tto proN% of C r 481 F5. Explranon date: NOV 30, 2 17 ATKINS NORTH AMERICA.INC DIANA SHATiNSKY r 4030 W BUY SCOUT BLVD STE 700 TAMPA FL 33801 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS ATKINS The City of Fort Myers, Florida Community Deve[opment Department { 1825 Hendry Street, #101 Fort Myers, Florida 33901 r'ry0r�"S 239-321-7990 SERVICE ESTABLISHMENT - GENERAL Effective 11/17/2015: For Year October 1, 2015 through September30, 2016 ATKINS NORTH AMERICA, INC 4030 W. BOY SCOUT BLVD SUITE 700 TAMPA FL 33607 Business Tax #: BUS2015-00980 Dear Business Owner: The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2015-2016 . Annual renewal notices are mailed in July to the address of record at that time. If you need to change the business name, mailing address, contact data, location and /or closing the business please contact our office: CDDIBusiness Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239) 321-7990 ]escription: ENGINEERING COMPANY CITY OF FORT MYERS FLORIDA Business Tax Receipt 2015-2016 1514 BROADWAY # 201 ATKINS NORTH AMERICAN INC Business Tax #: BUS2015-00980 Is hereby r tered• businessprofession, oroccu ation of: SERVICE ESTABLISHMENT - GENERAL ALCOHOL SALES PERMITTED: NO HOMEBASED: NO Owner: AMNS NORTH AMER ICA. INC, 4030 W. BOY SCOVT 9LVD, TAMPA FL 33607 COLLIER COt WV BUSIN638 TAX SUS NESS TAx NLNMM i ;q COLLIER CDUNTY TAX OO I PLTOR -2500 h. HCRSESIiOE DRIVE . NAPLE9 FLOMDA 3a104-Wu}=4477 VISITOLIRY&OSITEAT: ww .wl gdw.own Tws RECBWriE P FM SEPT0WER 3A 241E L AY ATPLACEW BUSINESS FOR PUBLIC 7USPECTIGF[ LOCATION: 1225S TAMIAASTR E 9301 FAILURE TO DO ED Is CONTRARY Tn I nral I ✓two ZONED: C 3SIM711 ,-��`{' DOfiP4 Tl�a, IOfJ - - TIM TAX IS NON-REFUNDABLE - �� I,191 BNES$ PHONE: 854 14 _ $TAT£ LIC: C,U4 ATIdNS NORTH AMERICA INC A71ONS NORTH AWRIC INC a ,I)Ir 44r _ T 4080 W BOYsomfr 9LVD #700 f TAMPAFLM7-00M OLAAfKATi6m FNCsaNEER9dG 9USINES3 dd1'E �if2f�111 CLASSIFMJVIDN CODE' 006W797 - - - ANIOUNT 9p.pp Tm doglmsm a a Gusln to any. Thm6 5 W cedmcallon I" Fcar44e is qualified. RECEIPT 9B2,I�IF It4M not pertnN the licensee to Male any axWirrg ngulatnly m mg isx uftM atue, county u clue€ nor400e N enrnpUhe fcerssa kom erry otharrnxes yr perrmb NNt may be Mquirnd by Law. 4 yY IC DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS ATKINS 4ee Cn4 ,, Tax Col o 104 tar sr$te °f flot`�� Dear Business Owner: SUCWAX na Lee County Tax Collector 2480 Thompson Street Fort Myers, Florida 33901 www.leatc.com Tel- 239.533.6000 Local Business Tax Account: 1600336 Your 2015-2016 Lee County Local Business Tax Receipt is attached below. The receipt is non - regulatory and is issued using the information currently on file with our office. It does not signify compliance with zoning, health or other regulatory requirements nor is it an endorsement of work quality. Annual account renewal notices are mailed in August to the address of record at that time; to ensure delivery of your annual notice, mailing addresses may be updated online at www.leetc.com. If there is a change in the business name, ownership, physical location or if the business is being closed, please follow the instructions on the back of this letter to transfer or to close the account. I hope you have a successful year. 4-0, Lee County Tax Collector Detach and display bottom portion and keep upper portion for your records LEE COUNTY LOCAL BUSINESS TAX RECEIPT ¢�,: • 2015 - 2015 Tax Co4F�tor s• ACCOVNT NUMBER: 1600336 ACCOUNT EXPIRES SEPTEMBER 30, 2016 r,,r° Ft°� ar 'a Location 1514 BROADWAY STE 201 FT MYERS FL 33901 ATKINS NORTH AMERICA ING ATKINS NORTH AMERICA INC 4030 W BOY SCOUT BLVD STE 700 TAMPA FL 33607 May engage in the business of - SITE LICENSE THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY THIS IS NOT A BILL - DO NOT PAY PAID 393525-26-1 10/09MI5 02!44 LXL1 $20.00 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS ATKINS 4�e Couryy Tax Calt�er; tar ".e. of vwo' e Dear Business Owner: svvcaa7a Lee County Tax Collector 2480 Thompson Street Fort Myers, Florida 33901 www.leete.com Tek 239.533,6000 Local Business Tax Account: 0602940 Your 2015.2016 Lee County Local Business Tax Receipt is attached below. The receipt is non - regulatory and is issued using the information currently on file with our office. It does not signify compliance with zoning, health or other regulatory requirements nor is it an endorsement of work quality. Annual account renewal notices are mailed in August to the address of record at that time; to ensure delivery of your annual notice, mailing addresses may be updated online at www.leetc.com. 1f there is a change in the business name, ownership, physical location or if the business is being closed, please follow the instructions on the back of this fetter to transfer or to close the account. I hope you have a successful year. Lee County Tax Collector Detach and display bottom portion and keep upper portion for your records �oorr, LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2015 - 2016 Tax Co for ACCOUNT NUMBER; 0602940 ACCOUNT EXPIRES SEPTEMBER 30, 2016 ware or �p�he jy d May engage in the business of: SITE LICENSE Location 1514 BROADWAY STE 203 FT MYEAS FL 33901 1 1 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY ATKINS NORTH AMERICA INC ATKINS NORTH AMERICA INC THIS IS NOT A BILL - DO NOT PAY 1514 8ROADWAY STE 201 FT MYERS FL 33901 PAID 388896.156-1 0$11112015 02:53 WEB $20.00 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 5 ATKINS State of Florida Department of State I certify from the records of this office that ATKINS NORTH AMERICA, INC. is a corporation organized under the laws of the State of Florida, filed on February 29, 1960. The document number of this corporation is 233840. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on February 12, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand rand the Great Seal offi%e State of Florida at Tallahassee, the Capakrl, flux &e Twelvei% day of February, 2016 Secretary of State Tracking Number: CC9173241680 To authenticate this certificate,visit the following site, enter this number, and then follow the instructions displayed. http s: //services. sunb iz. o rg/Filings/C ertificate OfS tatus/C a rtiricateAuthentic ation DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS ATKINS yJ COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 020188 I COLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 VISIT OUR VVEBSITE AT: www.ocIliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2016 `�- . DISPLAY AT PLACE OF BUStNESS FOR PUBLIC INSPECTION LOCATION: 3606 ENTERPRISE AVE #231 �' LEGAL FORM FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ZONED INDUSTRIAL -THIS TAX IS NON-REFUNDABLE - BUSINESS PHONE: 330-4592 fi CORPORATION STATE LIC: AA C000937 SCHENKEL & SHULTZ. INC SCHENKEL & SHULTZ, INC Of 7' 3606 ENTERPRISE AVE #231 F +, NAPLES FL 34104.0000 ti r 0.00 CLASSIFICATION: ARCHITECTURE CORPORATIONS & PARTNERSHIPS DATE 08111 CLASSIFICATION CODE: 03615001 AMOUNT 30.00 This document is a business tax only. This is not certification that Iioensee is qualified. RECEIPT 4435.42 It does not permit the licensee to violate any existing regulatory zoning laws of the state, county or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. RICK. SCOTT. GOVERNOR KEN LAWSON. SECRETARY STATE OF FLORIDA �-i- •_�ii t '�'ti. DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION - BOARD OF ARCHITECTURE & INTERIOR DESIGN AAC000937 The ARCHITECT CORPORATION Named below IS CERTIFIED Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2017 - SCHENKEL & SHULTZ INC ^� 200 E ROBINSON ST STE 300 ORLANDO FL 328011954 r � - ISSUED: 01 /22120 } 5 DISPLAY AS REQUIRED BY LAW SEC # L1501220000861 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 7 ATKINS State of Florida Department of State I certify from the records of this office that SCHENKEL & SHULTZ, INC. is an Indiana corporation authorized to transact business in the State of Florida, qualified on October 19, 1982. The document number of this corporation is 854421. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on January 8, 2016, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and flee Great Seal ofthe Skate of Florida at Tallahassee, flee Capital, this the Eighth day ofJanuasry, 2016 V^ 0 M; �—� ja Secretary of State Tracking Number: CC2973700895 To authenticate this certiricate,visit the following site,enter this number, and then followthe instructions displayed. http s: //services. sunb iz. or gjFilings/C a rtiric ate OfStatus/C ertificateAuthentic atim DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS ATKINS glam AirPapp}rt =- GREATER ORLANDOInCFDA_ national MM AVIATION AUTHORITY Federal Hghway M w1 Administration Disadvantaged Business Enterprise (DBE) Certificate of Eligibility "CON, Inc. MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 541330 -- 541350 -- 541990 Note: There maybe other Approver NAICS Codes. The online DBE Directory includes a complete list of Approved Codes. Morning, GQAA - Small Business Development A yLAt—IASSEE _��� ANNIVERSARY DATE - Annually an January 22, 2017 (y1a/I C/ & - " / 1/0 4 a, q1 . Q,1 FTA Minority, Women & Florida Veteran Business Certification AVCON, INC. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 04/03/2015 to 04/03/2017 rnanag5EE .�� W ERMR VIC5 Plonda f}eparvnen[nf 4lanngemem Senieea Office of Supplier Di—fty• 405D Esp amd a Way. SutE 380•Ta11ahones4 FL 32399.850-087-0915•—.-ddrnssfate.fl.. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 9 ATKINS State of Florida Board of Professional Engineers Attests that Avcon, Inc. F B P E It [lit ll l•, IS�1, It 11 []I PHA H I Z�M rvU l u y w � NS is authorized under the provisions of Section 471.023, Florida Statutes, to offer engineering services to the public through a Professional Engineer, duly licensed under Chapter 471, Florida Statutes. Expiration: 2/28/2017 CA bc. No: Audit No: 228201701795 50.7 PAID: $60.00 0099-00 80591 7/23/2015 Scott Randolph, Tax Collector Local Business Tax Receipt Orange County, Floric This bcaI business tax receipt is in addition to and not in lieu of any other tax required by law or municipal ordinance. Businesses are subject to regulation of zoning, health and c lawful authorities. This receipt is valid from October 1 through September 30 of receipt year- Delinquent penalty Is added October 1. 2016 3004 PROF -ENGINEER $30.00 TOTAL TAX $60.00 PREVIOUSLY PAID $60.00 TOTAL DUE $0.00 5555 E MICHICAN ST #2D0 A - ORLANDO. 32822 PAID: $60.00 0099-00680581 7/23/2015 Crry of On ANm ECONOMIC -DEVELOPMENT PERMITTING SERVICES LOCAL BUSINESS TAX RECEIPT (Foraierly known as "&usiness license," changed per state law HS1269-2008) issued Date: IMV2015 Expiration Date: 09130120fe Business Name AVCONINC 5555 E MIGHIGAN ST STE 200 ORLANDO, FL 32822 ti Typetsj: FES 8011 PROFES.FIRMIQFFICE n= EXPIRES 913012016 o 1Ni -14 j• • 0 2015-2016 iu i i --THIS RECEIPT ONLY EVIDENCES PAYMENT OF THE LOCAL BUSINESS TAX PURSUANT TO CH. 205, FLORIDA STATUTES. IT DOES NOT PERMIT THE HOLDER TO OPERATE IN VIOLATION OF ANY CITY, STATE, OR FEDERAL LAW, CITY PERMITTING MUST BE NOTIFIED OF ANY MATERIAL CHANGE TO THE INFORMATION FOUND HEREIN BELOW. THIS RECEIPT DOES NOT CONSTITUTE AN ENDORSEMENT OR APPROVAL OF THE HOLDER'S SKILL OR COMPETENCY. 0 •c 3004-0965276 OFFICE $30.00 1 EMPLOYEE SiNGH AVCON INC SANDEEP SINGH 5555 E MICHIGAN ST STE-200 ORLANDO FL 32822-2700 Case Number: BUS0023121-M Business Owner AVCCNINC AVCONINC Business Locatlon: 5555 E Michigan 5t Fees; Administration Fee 20.00 2016 Business Tax 523.59 Total Paid. $543-69 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 10 ATKINS State of Florida Department of State I certify from the records of this office that AVCON, INC. is a corporation organized under the laws of the State of Florida, filed on May 5, 1988. The document number of this corporation is K22990. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on January 6, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal ofi%e State of Florida at Tallahassee, the Capita, flux &e Sixi% day of January, 2016 ja Secretary of State Tracking Number: CC4368466737 To authenticate this certificate,visit the following site, enter this number, and then follow the instructions displayed. http s: //services. sunb iz. o rg/Filings/C ertificate OfS tatus/C a rtiricateAuthentic atim DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 11 ATKINS at 0 PIzer, ire of Flog State of Florida Minority, Women & Service -Disabled Veteran Tierra, I nc. Business Certification Is certified under the provisions of 287 and 295.187, Florida Statutes for a period from: December 17, 2015 71d"'X Torey Aiston, Executive Director to December 17, 2017 Florida Department of Management Services Office of Supplier Diversity Office of Supplier Diversity 4050 Esplanade Way, Stule 380 Tallahassee, FL 32399-0950 850.487.0915 wwtv.0sdA11is.slale.11.uS State of Florida Board of Professional Engineers Attests that Tierra, Inc, FBPE FLOR IDA ROAR DM is authorized under the provisi ns of Section 471.023, Florida Statutes, to offer engineering services to the public through a Professional Engineer, duly licensed under Chapter 471, Florida Statutes. Expiration: 2/28/2017 CA Lic. No: Audit No: 228201700249 6486 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 12 ATKINS As Of: 04/04/2016 Vendor Namei TIBRRA 3NC Certification: DBE/MBE Farmer Namei Business Description: Mailing Address: 7351 TEMPLE TERRACE HIGHWAY TAMPA, FL 33637- Florida UCP DEE Directory Vendor Profile LABORATORY TESTING SERVICES Webaite: WWW.TIRRP.AM :_.COM Contact Name: LUIS HAHTOVEZ Contact Email: L MALI InII U Z15T 1 LIRRAE N,, CQ Physical Address: 7351 TEMPLE TERRACE HIGHWAY TAMPA FL 33537- District:07 County: HILLSBORO F I Phone: (813) 9$9.1354 V": (813) 969-1355 Current DBE Certification: Certified Certifying Members F1Urida Department of Transportation ACDBE Statues Statewide Availabilityi Y Certified NAICS 541330 - Engineering Services 541380 - Testing Laboratories 541620 - Environmental Consulting Services :L� — specialty Areas Environmental Consulting Services Geotechnical Engineering Services Laboratory Testing Services DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 13 ATKINS State of Florida Department of State I certify from the records of this office that TIERRA, INC. is a corporation organized under the laws of the State of Florida, filed on November 20, 1992. The document number of this corporation is P92000006561. I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniform business report was filed on February 16, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixteenth day of February, 2016 Secretary of State Tracking Number: CU6678703414 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 14 ATKINS .�eacauny LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2015 - 2016 Tax CAW ACCOUNT NUMBER: 1401229 ACCOUNT EXPIRES SEPTEMBER 30, 2016 s�to of Flee May engage in the business of: SITE LICENSE Location 11926 FAIRWAY LAKES DR FT MYERS FL 33913 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY TRC WORLDWIDE ENGINEERING INC TRC WORLDWIDE ENGINEERING INC THIS IS NOT A BILL - DO NOT PAY 217 WARD CIR ATTN ANNA BOATMAN BRENTWOOD TN 37027 PAID 389799-95-3 08/21/2015 12:54 WEB $20.00 y . LEE COUNTY LOCAL BUSINESS TAX RECEIPT 2015 - 2016 Tax Co for ACCOUNT NUMBER: 0506801 ACCOUNT EXPIRES SEPTEMBER 30, 2016 a sfate ,, f F1oi`a May engage in the business of: Location PROFESSIONAL ENGINEER 11926 FAIRWAY LAKES DR FT MYERS FL 33913 THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY' TRC WORLDWIDE ENGINEERING INC THIS IS NOT A BILL - DO NOT PAY MOERSCHEL PAUL S 217 WARD CIR ATTN ANNA BOATMAN BRENTWOOD TN 37027 PAID 389799-95-1 08/2112015 12:54 WEB $30.00 �lo, rioda State, Boat -cc PrEngineers - - Attests that TRC e E xieedngjnc. tit f: FBPE is authorized under the provisions t'Iatutes, to offer engineering services to the public through a Professional FFaigineer, d er C110pter 471, Florida Statutes. Expiration: 2/29/2017 7,F CA 11c. No: Audit No: 228201704597 wE T 27322 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 15 ATKINS State of Florida Department of State I certify from the records of this office that TRC WORLDWIDE ENGINEERING, INC. is a,rennessee corporation authorized to transact tliL4111csS In the St -ate ofFlori&. qualified on November 27, 2006. The document niunher oft.11ig corporation is F06000007120. I further certify that said coipLnathni has Imid all fees due thus office through December 31, 2015, that its most recent annual report/uniform bsiness report was filed onlanuary 6, 2015. and its status is active. I hirthercertify that said corporation ha.R not filcd a C cTtificato of Withdrawal. CdVTH xnderW hand and the Great Seal of the Stare o, f Florrihr at Tahlabasnee, rbr tapital, iris der S[S'e dip. aj'Jannan•. 29I3 Ke 4 04jo., Secretary of State Authmtkut111nlU: C-C'10308227190 Tu eUtisr[stlt'<lC 4ltts catWcplr,vi* Ihr rurluwisg sitr," r tWs ID, and thcn follow the kutructivas display cd. hags: Hrfi lr_snnhia. a rglrrst au [liver hinil DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 16 ATKINS COLLIER COUNTY BUSINESS TAX BUSINESS TAX NUMBER: 073362 COLLIER COUNTY TAX COLLECTOR - 28CO N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - f239) 252-2477 VISIT OUR WEBSITE AT: www.Golliertax.com THIS RECEIPT EXPIRES SEPTEMBER 30, 2016 /}G - DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION LOCATION' 1263 HERNANDO ST j FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. ZONED' HOME OCCUPATION \/ LEGAL FORM THIS TAXIS NON-REFUNDABLE - BUSINESS PHONE: 777-5806 STATE LIC LA0001224 do LLC 1 ' Ilk IV i k4 d61 CLASSIFICATION: LANDSCAPE ARCHITECT �f1� CLASSIFICATION CODE: 03602601 r4, L I r This document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. RICK SCOTT, GOVERNOR LICENSE NUMBER URBAN GREEN STUDIO, PLLC FENDRICK, DAYNA L 1263 HERNANDO ST NAPLES FL 34103-DOCO DATE 09/21/2015 AMOUNT 30.00 RECEIPT 6837.42 a r , R"_, KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE The LANDSCAPE ARCHITECT BUSINESS Named below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration date' NOV 30, 2017 URBAN GREEN STUDIO PLLC 1263 HERNANDO STREET NAPLES FL 34103 ISSUED. 11/17/2015 DISPLAYAS REQUIRED BY LAW SFQ # L1511170001777 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 17 ATKINS Minority, Women &Florida Veteran Business Certification Urban Green Studio, PLLC Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 01/04/2016 to 01/04/2018 Cha Yapped, Secretary Florida f]epartment of 1briagemem Ser-nces Office of Supplier Diversity • 4050 Esp anade Way. Suite 380 • Tallahassee, FL 32399 •85"87-0915 • www.osd.dms.state.€lay DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 18 ATKINS State-'Cof Florida Board of Professional Engineers Attests that Darin Ray Larson , P.E.,-;FBPE t. Is licensed as a Professi nal ngin - $a ter 471, Florida Statutes Expiration: 212812Q7 7 ° " _ P.E. Lic. No: Audit No: 228201705895�56598 Statue a Fl orlda Board of Professional Engineers Attests that Thomas Edward Roda , P.E. FBPE I':1xV0.�ll ItiC iI V[h Is licensed as a Professional Engineer under Cif ter 471, Florida Statutes Expiration; 212812017 y F.E. Uc. No: Audit No: 228201727894 �� k ` 60235 State of Florida Board of Professional Engineers Attests that Lori An Steiner , P.E. ;.. - FBPE Is licensed as a Professional Engine' hapter 471, Florida Statutes Expiration: 2/28/2017 � ' P.E. I1c. No: Audit No: 228201728126 W� 61482 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 19 ATKINS 0 m 0 State.., -� r1 a Board Pr sl ab. Ea eers _ t FBPE F LORI D % BOARD OF IxoFtavavutlwlccas Is licensed as a Profess i ter 471, Florida Statutes Expiration: 2/28/2017 _ P.E. Lic. No: Audit No: 228201704666 WE 67477 State'-"o'f Florida Boar(f of Professional Engineers Attests that Fleet Myleg Wulf, P.E. ; FgPE •'' Jf/ FLORID,1BOARDOI iy I'(U3Fk UN INAI 1 NIINt I HS Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2017 P.E. Lic. No: Audit No: 228201711290 y e� x 53235 State of Florida Board of Professional Engineers Attests that Richard Allen Wawrzyniak , P.E. FBPE I IORIIII II1 %I(olin Iv. l I"'"I I�%.-1m Is licensed as a. Professional Engineer tinder Chapter 471, Florida Statutes Expiration: 212812017 P.E. Lac. No: Audit Na: 228201724778 34935 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 20 ATKINS CERTIFICATION BOARD SAVE ADMINISTRATIVE OFFICE International 136 South Keowee Street I Dayton, OH 45402 USA i 937.224.7283 1 F 937.222.5794 cao�a7value-eng.arg } www.value•eng.org/education cerHficaHoR,php John L. Robinson, CVS-Llfe, FSAVE charrmon Torn Wiggins. CV5 vR-certification Scot McClintock, CVS-life cvSLNrector MuthlahKest CVS-ufe, FSAVE April 1, 2013 Rrcerdm8an Director Praveen Ommi, CEP, AVS, LEED AP Les M. Thomas, CVS-ufe Vice President, Sr. Practice Manager - Program Controls AVS & VMPDtrector Atkins 482 South Keller Road Randall K. Sprague, CVS Orlando, FL 32810 USA Workshop & Serllriors DIWfor Certification No. 200905033 Greg Andryslak, CVS Expiration Date: $13112017 Randy Barbe , CVS Dear Mr. Cm mi: Emad W. Shublaq,CVS•Life, FSAVE On be ha If of the SAVE International Certification Board, it is my pleasure to inform you that you have met the re -certification requirements for Associate Don H. Stafford, CVSAlfe Value Specialist. les M.Thnmas,CVS-Life Congratulations on maintaining an active and contributory role in the Value Methodology (VM) and on your achievements which qualify you for Lu is Venega%CVS-Life, FSAVE recertification. Yoshio NakagarAii,CV5-LIfe,FSAVE We wish you success in your outstanding practice of the Value Methodology- 51VEMember Sincerely yours, Dal -Sung Lee, Ce, FSAVE Sr; VEMembeember Foam Nadasdi, CVS-Life, FSAVE SHVA Member Jahn L. Robinson, PE, CVS-Life, FSAVE Certification Board Chairman, SAVE International KSRM 5as". CVS•Life bVVESTMember w: Laurel M. Dennis, PE, CVS-Life -- Certification Board Executive Director Yuh-Huci la Chang, CVS WITMember Abdul0z AI-yousell, CVS-Life * * • Gull Chopzer Represelllorive Laurel M. Dennis, CVS-Lire Execatfve ofrector f )K�lA This certifies that Praveen K. Ommi having given satisfactory evidence of qualifications and fitness, is hereby certified as a Certified Estimating Professional Originally certified April 23, 2008 No. 59 April 24, 2014 M Witness Whereof Our Hand and Seal �uw a;; 5 �� Valerie Venters, CCP Chair, Cerifi.d.. Board rn Interns iona-'11P .V FSYG1riEERLVG Qsoa_ri6C Th[ Ldalya:TmYiauNavr�m'er�- SPQC1n1.7'Y SOnRL18 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 21 ATKINS State'04*Floir 1a Board of Professional Engineers Attests that ikanuel D. Beja Is licensed as a Professional Engin Expiration: 212812017 Audit No: 228201729946 ' WI. Stat 0 Is licensed as a Prot Expiration, 2/28/2017 Audit No: 228201719700 P.E. E BPE f �11H I E)A ItOAH0[]E VNE LI :SY�1E f^ 4-41-S 471. - Florida Statutes P.E. Lic. No: 70336 0 FBPE FLORIDA I30ARDOF I'POFI.15lONAL L NGINk1.R$ 471, Florida Statutes P.E. Lic. No: 68317 State -of Florida Board of Professional Engineers Attests that Michael Richard Ryan , P.E. FBPE ' - r` •Y., laiiiE:i'w iII1H'f11 Is licensed as a Professional Engine der Chapter 471, Florida Statutes Expiration: 2128/2017 P.E. Lic. No: Audit No. 228201711865 68358 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 22 ATKINS RICK SCOTT. GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN ARD017787 The ARCHITECT Named below IS LICENSED-;i Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2017 HANSON, CRAIG WILLIAM SCHENKEL SHULTZ, INC. 200 E. ROBINSON STREET SUITE 300 ORLANDO FL 32B01 - r ❑■ ISSUED-, 01/22/2015 DISPLAYAS REQUIRED BY LAW SEQ# L1501220000789 RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA R `� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN The ARCHITECT Named below IS LICENSED I Under the provisions of Chapter 481 C....�.y!•�r.[, Al f4 CAR 7R '2n17 .... - ISSUED: 02/22/2015 DISPLAY AS REQUIRED BY LAW Board of; Professional Engi i Attests that I. -..Pep, r P.E.- Zemp B. Is licensed as a Profes Expita tion: 212812017 Audit No: 228201707776 SEQ # L1502220000890 eery F 'E3PF I Lulelll�lll]�lLllul 471, Florida Statutes P.E. Lic. No: 41147 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 23 ATKINS State of, Florida Board of,' Professional Engineers Attests that Gilbert Ortiz J�.E. `+ram FBPE �_ - - � -,^ ru uP•154•usn rytt.1 Nk 1�4 1 M A1 R4 Is licensed as a Professi _ ter 471, Florida Statutes Expiration: 2/2812017 P.E. Uc. No: Audit No: 228201710368 EVE 74775 RICK SCOTT. GOVERNOR LICENSE NUMBER •�11 KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE The LANDSCAPE ARCHITECT Named below HAS REGISTERED Linder the provisions of Chapter 481 FS. Expiration date: NOV 30, 2017 FENDRICK, DAYNA LOREE 1263 HERNANDO ST NAPLES FL 341033248 ISSUED: 12/0212015 DISPLAY AS REQUIRED BY LAW SEQ # L1512020000940 State of Florida Board of Professional Engineers Attests that Michael T. Jord , P.E. FBPL Is licensed as a Professional. Erin% Ater 471, Florida Statutes Expiration: 2/2812017 �V�`' P.E. Lie. Na: Audit No: 228201708165'.`_ '* __ ' 56102 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 24 ATKINS '..' ' ±E?�s. , 7 `�: State' nt. r-t a Board of Professional Engineers Attests that Pau[ S. MoerschelIDA , P.E.: AF,,BP,E F L O NIl1MAI(Ak31kIs licensed as a Pro£esst a rigaEiliiiiW�gpker 471, Florida Statutes Expiration: 2/28/2017 v b � , .. P.E. Lic. No: Audit No: 228201731718 60487 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 25 ATKINS col CM0 t AdminiWmfive SeMoes Mlsion Purchasing Memorandum Date: April 6, 2016 Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #1 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 — RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: Under Tab IV, Experience of Firm - states that "a minimum of 5 years acceptable design experience with airport ray terminal projects" is required. Under Tab IV, Experience of Firm - The Proposer shall furnish the names of three (3) public entities within the contiguous United States with whom the Consultant has acceptably contracted for Rai faqir+„ design of airport terminal projects within the past five (5) years. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Note: Language deleted has been struck through. New language has been underlined. C: Justin Lobb, Project Manager DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 26 ATKINS Toler CM441t AdminisIlmWe Services D vision Purchasing Memorandum Date: April 12, 2016 Email: BrendaBrilhart@colIiergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #2 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 — RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. May 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager 1 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 27 ATKINS Toler CM441t AdminisIlmWe Services D vision Purchasing Memorandum Date: April 12, 2016 Email: BrendaBrilhart@colIiergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #3 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 — RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CORRECTION: The due date for this RFP has been rescheduled to until 3:00 p.m. May 16, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager 1 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 28 ATKINS orloer +Oi+!_i'It Admin&aUve Servioes Dmsion Purchasing Memorandum Date: April 14, 2016 Email: BrendaBrilhart@colIiergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #4 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4 — RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: A non -mandatory site visit will be scheduled for 2:00 p.m. April 27, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. C: Justin Lobb, Project Manager DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 29 ATKINS Toler CM441t AdminisIlmWe Services Division Purchasing Memorandum Date: May 10, 2016 Email: BrendaBrilhart@colIiergov.net Telephone: (239) 252-8446 FAX: (239) 252-6697 ADDENDUM #5 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5 — RFP 16-6561 - Design Services for Marco Executive Airport Terminal The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: ADD: Organizational Conflict Review Prior to the issuance of this request for proposal, the County entered into contractual work orders with Hole Montes to provide the following services for the Rehabilitation of Runway 17-35: developed plans and specifications for the construction documents, and construction engineering inspection services, etc. The County's Procurement Services staff reviewed a number of federal agency and grant related authorities regarding organizational and consultant conflicts of interest. In most cases, but more specifically, in the case of the Federal Acquisition Regulations, it is the contracting officer's responsibility to "avoid, neutralize or mitigate significant conflicts before the contract award," with the underlying principle of preventing an unfair competitive advantage [in this case to Hole Montes and subconsultant at the time (URS, acquired by AECOM]. Procurement staff has reviewed all of the associated documents and meeting minutes prepared by both consultants and have taken the following action to mitigate and neutralize any conflicts, or perceived conflicts, by implementing the following action items: The Procurement Strategist has Identified in this document [request for proposal] that both Hole Montes and URS (now AECOM) had County short term and specific work orders related to the Marco Executive Airport Rehabilitation of Runway 17-35; All documents provided and created by both firms will be made available to any prospective consultants during the solicitation process at the following web address: https://drive.goocile.com/open?id=OB 112VAYq vIFbGtwOWEzZThGR2M If you require additional information please contact me directly. C: Justin Lobb, Project Manager DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 30 ATKINS C;0#7Cr 0074Hty Adminis7ative Services ❑epartment Procurement Sernces Di,*::m Attachment 1: Consultant's Non -Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation RFP 16-6561 - Design Services for Marco Executive Airport Terminal 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): Attachment 1 does not apply to Atkins North America, Inc. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: RFP 16-6561 Marco Airped Terminal Atkins North America, Inc. 1514 Broadway, Suite 201 Fart Myers, FL 33901 407.620.8112 Darin. Larson c@atkinsgiobal.com Darin R. Larson, PE, LEER AP Date May 16, 2016 23 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 31 ATKINS ct7e-r Gourity Administrative Services Department Procurement Services Di nsjon Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: [� The Proposal has been signed. 0 All applicable forms (including grant forms) have been signed and included, along with licenses to complete the requirements of the project. [v� Any addenda have been signed and included. [� The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist RFP 16-6561 - Design Services for Marco Executive Airport Terminal Q The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. EJ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) [►� If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER -DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: RFP 16-6561 Marco Airped Terminal Atkins North America, Inc. 1514 Broadwav, Suite 201 Fort Myers, FL 33901 407.620.8112 ❑ arin. Larson@atkinsgloba I. com Darin R. Larson, PE, LEE❑ AP Date May 16, 2016 24 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 32 ATKINS Collier C;a my Administrative Services ❑eparhient Procurement Services Divisiun Attachment 3: Conflict of Interest Affidavit 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 proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of Atkins North Arperica, Inc. In Tones, PE Senior Vice President pki-Z&t'�A, SUBSCRIBED AND SWORN to before me this 3 Vi"- day of kk, 20& by Justin Jones, PE , who is personally known to me to be the Senior Vice President for the Firm, OR who produced the following identification Notary Public @14t My Commission Expires l It �aGl CHEAI L. HANSO]2017' E_ Notary Publit - Ariz Maricopa County • � My Comm. Expires Now 1 RFP 16-6561 Marco Airport Terminal 25 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 33 ATKINS CO eT C;014niy Administrative Services Departrnent Prowremen! Services Dwosion Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal Dear Commissioners: The undersigned, as Consultant declares that this proposal 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 Consultant agrees, if this proposal 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 proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 1E day of May 20_t5in the County of Lee , in the State of Florida Firm's Legal Name Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Atkins North America, Inc. 1514 Broadway, Suite 201 Fort Myers, FL 33901 233840 59-0896138 44TNO Telephone: 407.620.8112 FAX: 239.334,777 Signature by: l;_�� - Darin R, Larson, PE, LEED AP (Typed and written) Title: Vice President RFP 16-6561 Marco Airport Tenninai 26 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 34 ATKINS Additional Contact Information Send payments to: Atkins North America, Inc. (required if different from Company name used as payee above) Contact name: Ayerial Beebe Title: Cash Applications Specialist II Address: PO Box 409357 city, State, ZIP Atlanta, GA 30384 Telephone: 850.580.7845 FAX: 850.575.0105 Email: Averial.Beebe@atkinsglobal.com Office servicing Collier Atkins North America, Inc. {Florida} County to place orders (required if different from above) Contact name: Darin R. Larson, PE, LEE❑ AP Title: Vice President Add ress: 1514 B road=v _ Suite 901 city, state, ZIP Fort Myers, FL 33901 Telephone: 407.620.8112 Email: Darin.LarsonOatklnsplobal.com RFP 16-6561 Marco Airport Terminal 27 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 35 ATKINS collier- c014.,ty Administrattve Services Department Procurement services Divisor Attachment 5: Immigration Affidavit Certification CCNA Solicitation: RFP 16-6561 - Design Services for Marco Executive Airport Terminal This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant's proposal as non -responsive. Collier County will not intentionally award County contracts to any Consultant 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 Consultant 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. Consultant 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 Consultant's / Bidder's proposal. Company Name Atkins North America, Inc. Print Name Title Justin Jones, PE Senior Vice President Signature Date May 3, 2016 State of tJ Q County of The foregoing instrument was signed and acknowledged before me this ��day of , 201�, by J tln Jones, PE who has produced Print r me) tary Public Tignatful L-ica Printed Name of No ary Public 0 7 r d14Iao�� Notary Commissi fin Numl5erffitiration DL: D05880116 as identification. (Type of Identification and Number) CHEAI L. HANS]2017 Notary Publie - Ar Maricapa Coun *MY Comm. Expires No The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. RFP 16-6561 Marco Airport Terminal 28 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 36 ATKINS EE-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" • 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. The E-Verify system does not reissue the MOU document due to a name change. 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-Verifv User Identification Number E-verify user identification number: 58042 Date of authorization: 10/04/2007 Information received from Rachel Shepherd per Kevin Brown in Human Resources Posted by R. Cardenas 11/16/2011 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 37 ATKINS EmployerWizard Page 1 of 1 E-Verify. jr•�A,rsrot•A Employment Eligibility Verification Welcome Kevin Brown User to Last Login KBR00042 11:15 AM-04/26/2011 Log Out Home Company Information My Cases New Case View Cases Company Name: Atkins North America View / Edit My Profile Company ID Number: 58042 Edit Profile Doing Business As (DBA) Change Password Name: DUNS Number: Change Security Questions My Company Physical Location: Mailing Address: Edit Company Profile Address 1: 2001 SW 107 Avenue Address 1: Add New User Address 2: Address 2: View Existing Users City: Miami City: Close Company Account State: FL State: Code: 33172 Zip Code: My ReportsZip County: MIAMI-DADE View Reports My Resources Additional Information: View Essential Resources Employer Identification Number:59011961311 Take Tutorial Total Number of Employees: 2,500 to 4,999 View User Manual Parent Organization: WS Atkins Contact Us Administrator: Organization Designation: Employer Category: Federal Contractor without FAR E-Verify Clause NAICS Code: 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL View / Edit SERVICES Total Hiring Sites: 93 View / Edit Total Points of Contact: 1 View / Edit U.S. Department of Homeland Security - wvew.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov Accessibility Download Viewers https:He-verify.uscis.gov/emp/EmployerWizard.aspx 4/27/2011 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 38 ATKINS CAL, clonmty Admin6tra w Semites Oepa&mnt Piro umrn" Spices Ornsw Attachment 5: Consultant 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.O71(5) require 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 Atkins North Arnenca Irtc (as shown on income tax return) Business Name (if different from taxpayer name) Address 4030 West Boy Scout Blvd., Ste. 700 City Tampa State Florida Zip 33607 Telephone FAX Email Order Information Remit 1 Payment Information Address 1514 Broadway, Suite 201 Address PO Box 409357 City Fort Myers State FL Zip 33901 City Atlanta State GA Zip 30384 FAX 239.334.7277 FAX Email Email Darin.LarsonRatkinsglobaLcom 2. Company Status (check only one) Individual I Sale Proprietor I V Corporation Partnership _Tax Exempt (Federal Income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3_ Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 5m896138 (Consultants who do not have a TIN, will be required to provide a social security number prior to an award). Al, Sign and bate Form: Certification: under penalties of perjury, 1 cer6fy that the information shown on this form is correct to mv knowferkw Signature Dann R. Larson PE LEED AP Date May 16, 2016 Title Vice President Phone Number 407.620.8112 RFP 16-6561 Marco Airport Terminal DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 39 ATKINS corer county Administrative Sew Deparo-„ent P� mme l sePA s Dom, Attachment 7: Insurance and Bonding Requirements Insurance 1 Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $100,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury patterned after the current Liability and Property Damage Liability. This shall include Premises and ISO form operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® indemnification To the maximum extent permitted by Florida law, the Contractor/ Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, lasses 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 ContractorlConsultant or anyone employed or utilized by the Contractor/Consultant in the performance of this Agreement. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5.000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate $1,000,000 per claim and in the aggregate $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty / Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. RFP 16-6561 Marco Airport Terminal 30 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 40 ATKINS 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash band 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. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 1GO% of the Contract award amount; the cost borne by the Proposer receiving an award. The Performance and Payment Bands 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, Ino- of 75 Fulton Street, New York, New York 1003& 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with cert'Ificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11, ® Thirty (30) Days Cancellation Notice required. Consultant'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. Name of Firm Atkins Nort merica, Inc. Date May 16, 2016 Consultant Signature Print Name Darin R. Larson, PE, LEED AP Insurance Agency Willis of New York, Inc. Agent Name Eric Munroe Telephone Number 973.829.2940 RFP 16-6561 Marco Airport Terminal iE DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 41 ATKINS ACbRhP CERTIFICATE OF LIABILITY INSURANCE page 1 of 1FDA 3/22/220 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must 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). PRODUCER CONTACT Willis of New York, Inc. C/o 26 Century Blvd. P. O. Box 305191 PHONE FAX 877-945-7378 888-467-2378 -MAIL certificates@willis.com ADDRESS Nashville, TN 37230-5191 I NSURER(S)AFFORDI NG COVERAGE NAIC # INSURER A: Greenwich Insurance Company 22322-001 INSURED Atkins North America, Inc. INSURERB: QBE Insurance Corporation 39217-001 INSURERC:XL Specialty Insurance Company 37885-001 2001 NW 107th Avenue Miami, FL 33172-2507 underwriter's at Lloyds INSURER D: Y 15792-001 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:22940159 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL SUB POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CGG740901605 /l/2016 4/l/2017 EACHOCCURRENCE $ 11000,000 CLAIMS -MADE XOCCUR ppIVARNcTD e) $ 300QQQ X MED EXP(Any one person) $ 10,000 Contractual Liability PERSONAL&ADV INJURY $ 1,000,000 AGGREGATE LIM IT APPLIES PER: GENERALAGGREGATE $ 2,000,000 GEN'L POLICY [j] PRO ❑ LOC JECT X PRODUCTS- $ 2,000,000 $ OTHER: A AUTO MOBILELIABILITY CAH740901705 /1/2016 4/1/2017 INGLE LIMIT (Eaaccident) $ 2,000,000 BODILY I NJURY(Per person) $ X ANYAUTO X ALLOWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ PROPERTY DAMAGE (Per accident) $ X HIREDAUTOS X NON -OWNED AUTOS $ B X UMBRELLALIAB X OCCUR CCU3977184 /1/2016 4/1/2017 EACHOCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION$ $ C WORKERS COMPENSATION CWG740901505 /l/2016 4/1/2017 X AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE� OFFICER/MEMBER EXCLUDED? IMandatory inNH) fyes, describe under DESCRIPTION OFOPERATIONS below NIA E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E. L. DISEASE -POLICY LIMIT Is 1,000,000 D Professional B080111209P16 /l/2016 4/1/2017 $5,000,000 Each Claim & Liability -Claims Made $5,000,000 Annual Aggregate 11/11/1961 Retrodate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additonal Remarks Schedule, may be attached if more space is required) Greenwich Insurance Companies Best RatingAXV XL Specialty Insurance Company Best Rating A XV QBE Insurance Corporation Best Rating AXIV Underwriters at Lloyd's London AM Best Rating: A XV. Professional Liability policy written on claims -made basis. There are no Deductibles or Self -Insured Retentions on the General Liability.. Automobile Liability, Workers Compensation and Umbrella coverages. CERTIFICATE HOLDER CANCELLATION Per Attachment 7, Atkins will name Collier SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE County as additional insured within five (5) days of the award of this solicitation. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Specimen /t �f Coll:4651972 Tpl:1933989 Cert:22940159©1988-2014ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 42 ATKINS COLLIER COUNTY Vendor Submittal — Conflict of Interest Certification RFP 16-6561 Collier County Solicitation No. I, Darin R. Larson, PE, LEED AP , 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. 1 Darin R. Larson, PE, LEED AP ��---� Name Signature Vice President May 16, 2016 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. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 43 ATKINS COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving 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 (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Darin R. Larson, PE, LEED AP Design Services for Marco Executive Airport Terminal Name Project Name Vice President RFP 16-6561 Title Project Number Atkins North America, Inc. 59-0896138 Firm Tax ID Number 360768811 DUNS Number 1514 Broadway, Suite 201, Fort Myers, FL 33901 Street Address -City, State, Zip Signature 03/04/2013-(2) 1 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 44 ATKINS COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged, Business Enterprise (DBE) Utilization FORM 1' The undersigned bidder/offerer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): V The bidder is committed to a minimum of 17.1 % DBE utilization on this contract. The bidder (if unable to meet the DBE goal of 5.6%) is committed to a minimum of % DBE utilization on this contract and has submitted documentation demonstrating good faith efforts. Name of bidder's firm: Atkins North America, Inc. State Registration No. 233840 By -` -- "' Vice President (Signature) Title Darin R. Larson, PE, LEED AP DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 45 ATKINS 0 M O COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT --FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Atkins North America, Inc. Address: 1514 Broadway, Suite 201 City: Fort M Name of DBE firm: AVCON State: FL Zip: 33901 Address: 5555 E. Michigan St., Suite 200 City: Orlando Telephone: 407.599.1122 State: FL Zip: 32822 Description of work to be performed by DBE firm: _ mechanical, -electrical, plumbinq--------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ $120,000 (e timate) Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By — " �` - Vice President (Signature) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 46 ATKINS COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT --FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Atkins North America, Inc. Address: 1514 Broadway, Suite 201 City: Fort Myers State: FL Zip: 33901 Name of DBE firm: Urban Green Studio Address: PO Box 111841 City: Naples State: FL Zip: 34108 Telephone: 239.263.4029 Description of work to be performed by DBE firm: landscape architect ----------------------------------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ $60,000 (estimate) Affirmation m 0 The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar v lue as stated above. ByVice President (Signature) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 47 ATKINS COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT --FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Atkins North America, Inc. Address: 1514 Broadway, Suite 201 City: Fort Myers State: FL zip: 33901 Name of DBE firm: Tierra, Inc. Address: 7351 Temple Terrace Highwa City: Tampa State: FL zip: 33637 Telephone: 813.989.1354 Description of work to be performed by DBE firm: geotechnical ----------------------------------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ $60,000 (estimate) Affirmation M O The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By _� Vice President (Signature) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 48 ATKINS COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE), Utilization (M/WBE) GOOD FAITH EFFORTS FORM 3 Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure disadvantaged, minority/women-owned and/or businesses as subcontractors/sub- consultants/suppliers. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. Fulfillment of the "good faith effort" can be accomplished by: 1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County. 2. Efforts to follow-up initial solicitation of interest by contacting disadvantaged/minority/women- owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by disadvantaged/minority/women-owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Documenting each disadvantaged/minority/woman-owned firm contacted the conclusion or decision regarding inclusion and reasons for the conclusions. 5. Efforts to assist the disadvantaged/minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that the contractor effectively used the services of available community organizations, contractor's groups, local, state and federal agencies, small businesses, disadvantaged/minority/women business assistance offices and other organizations that provide assistance and placement of disadvantaged/minority/woman-owned businesses. Company Name: Atkins North America, Inc. Printed Name: Darin R. Larson, PE, LEED AP Title: Vice President Signed:��� Date: May 16, 2016 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 49 ATKINS Disadvantaged Business Enterprise (DBE) UtilizatiOn.{M/1NBE) OPPORTUNITY LIST FORM Prime Contractor/Consultant Atkins North America, Inc. Darin R. Larson, PE, LEED AP Address / Phone Number 1514 Broadway, Suite 201, Fort Myers, FL 33901 407.620.8112 Procurement Number RFP 16-6561 Disadvantaged businesses and minority vendors, as defined in the Federal Code of Federal Regulations or Florida State Statutes must have the opportunity to participate on contracts with federal and/or state grant assistance. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 59-2890463 ✓ DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME AVCON, Inc. ✓ MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 407.599.1122 WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS 5555 E. Michigan St., Ste. 200 NON -DBE ✓ BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Orlando, FL 32822 MORE THAN $15 MIILION YEAR FIRM EST. 1988 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX 1D # 59-3154723 ✓ DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME Tierra Inc. ✓ MBE (Minority) BETWEEN $1 - $5 MIILION PHONE 813.989.1354 WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS 7351 Temple Terrace Hwy. NON -DBE ✓ BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Tama FL 33637 MORE THAN $15 MIILION YEAR FIRM EST. 11992 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 26-2445485 DBE (Disadvanta ed) ✓ LESS THAN $1 MIILION . FIRM NAME Urban Green Studio, PLLC MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239.263.4029 ✓ WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS 1263 Hernando Street NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Naples, FL 34103 MORE THAN $15 MIILION YEAR FIRM EST. 12008 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE Minorit BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE (Women) BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 50 ATKINS COLLIER COUNTY Acknowledgement of Terms, Conditions, and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a 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 Atkins North America, Inc. Date May 16, 2016 Authorized Signature Address 1514 Broadway, Suite 201, Fort Myers, FL 33901 Solicitation/Contract # RFP 16-6561 Darin R. Larson. PE. LEED AP 02/15 R3 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 51 ATKINS COLLIER COUNTY Certification Regarding Lobbying. The undersigned Atkins North America, Inc: (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, 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 making lobbying contacts to 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 [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (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. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] 0 The Vendor/Contractor, Atkins North America, Inc. , 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. A 3801, et seq., apply to this certification and disclosure, if any. Darin R. Larson, PE, LEED AP Name of Authorized Official Vice President Title Signature of Vendor/Contractor's Authorized Official May 16, 2016 Date 02/15 R3 DESIGN SERVICES FOR MARCO ISLAND EXECUTIVE AIRPORT TERMINAL, RFP 16-6561 REQUIRED FORM SUBMITTALS 52 Atkins 1514 Broadway, Suite 201 Fort Myers, FL 33901 Tel: +1.239.334.7275 Fax: +1.239.334.7277 www.atkinsgloba1.com/northamerica 04054.KH.16 ® 2016 Atkins North America, Inc. 16.G.2 03/13/2018 EXECUTIVE SUMMARY Recommendation to approve Amendment I to Contract No. 16-6561 "Design Services for Marco Executive Terminal" with Atkins North America, Inc. in the amount of $919,674 for engineering and inspection services during construction and authorize the Chairman to execute the Amendment. OBJECTIVE: To ensure the Marco Island Executive Airport (MKY) safety enhancement and new general aviation terminal facility project is constructed in accordance with the plans, specifications and contract documents. CONSIDERATIONS: On April 5, 2016, staff issued RFP No. 16-6561 in accordance with Florida Statute 287.055, Consultant's Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016, Agenda Item 14A1, the Board awarded contract No. 16-6561 to Atkins North America, Inc. The intent of this amendment is to perform engineering/inspection services necessary to support the various construction elements of this project phase (terminal/landside improvements). At the time of the award, funding had not been secured for this phase of the project; however, the Executive Summary presented at the time of approval by the Board in September 2016 expressly stated that additional tasks identified in this amendment may be requested if grant funding became available. Funding for the construction phase engineering and inspection services pertaining to the terminal/landside improvements has now been secured via a short-term loan from the Development Review Services section of Growth Management and this loan is anticipated to be repaid over a three (3) year period as State FDOT grant funds are received. It is expected that an additional professional services contract amendment will be brought forth for Board consideration at a future meeting as FDOT grant funding is secured for the second phase of construction (apron/airside improvements). FISCAL IMPACT: The Board approved budget amendment of February 13, 2018 connected with this project has been processed within Airport Authority Capital Improvement Fund (496) and sufficient budget exists to amend the contract and proceed with the requested services. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve Amendment 1 to Contract No. 16-6561 with Atkins North America, Inc. in the amount of $919,674, and authorize the Chairman to execute the attached Amendment. Prepared by: Justin Lobb, Airport Manager, Airport Authority ATTACHMENT(S) 1. 16-6561 Marco Terminal Amendment (PDF) 2. [Linked] 16-6561 Atkins —Contract (PDF) Packet Pg. 902 FIRST AMENDMENT TO AGREEMENT #16-6561 "DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL" THIS FIRST AMENDMENT, made and entered into on this 1 day of pmb 2018, by and between Atkins North America Inc., authorized to do business in the State of Florida, whose business address 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607, (the "Consultant") and Collier County, a political subdivision of the State of Florida, (the "County"), WHEREAS, on September 27, 2016, Agenda Item 14.A.1, the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal" (which included the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2) with an initial contract award of $1,209,298; and WHEREAS, the parties desire to further amend the Agreement per Article Two "Additional Services of Consultant" to incorporate services, Post Design and Inspection Services, as originally contemplated in Request for Proposal #16-6561, for the New Terminal Facility and Associated Landside Improvements — Part 1. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. The additional services shall be provided in accordance with the attached Schedule Al-1 —Scope of Services, which is hereby incorporated into the Agreement. 2. The fees for additional services outlined in Schedule Al-1 shall be in accordance WY ith Schedule B1-1, attached hereto and incorporated into the Agreement. 3. Schedule C1-1 Project Milestone Schedule, is attached hereto and incorporated into the Agreement. 4. Schedule F1-1 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement. All other terms and conditions of the agreement shall remain in force. SIGNATURE PAGE TO FOLLOW Page 1 of 16 IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. Dwight E; Brocki,Cler `. i :z BY: �. t.J Attesf s to,Chai(nan's signature only,'' " Consultant's First Witness: Deputy Clerk Consultant's Second Witness: By: Print Name as to �n end legality: Scott R. 1'eadh Deputy County Attorney Page 2 of 16 BOARD OF U COM OF COLLI C By.if evo A dy Solis, Chairman CONSULTANT: Atkins North America Inc. By: Print Name and Title First Amendment to Agreement #16=6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE Al-1 SCOPE OF SERVICES New Terminal Facility and Associated Landside Improvements Part 1) This scope of services covers construction phase services required for the New Terminal Facility and Associated Landside Improvements through the duration of construction including assisting with permitting efforts with the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), and COUNTY Development, as contemplated in the original solicitation document. Project Description Under a previous task authorization, the COUNTY commissioned the CONSULTANT to perform design services for the new terminal facility and associated landside improvements required to support the new terminal building including the following project elements: • Clearing and grubbing of the site; • New terminal building and associated utilities; • Landside roadway and parking to support the new terminal building, • Site grading and landside drainage improvements; • Permitting of various project elements The intent of this scope is to perform construction phase services necessary to support the various construction elements of this project at the Marco Island Executive Airport. Construction is scheduled to start in March 2018. This scope will consist of providing professional services for the administration and technical support during construction, and the preparation of closeout documents and record drawings. In addition, Atkins will provide resident project representative (RPR) services for the majority of the construction contract duration. Objective The objective shall be the successful completion by the CONSULTANT of project management and construction phase related services necessary for the various improvements associated with the Marco Island Executive Airport New Terminal and Associated Improvements project (PROJECT). The overriding objective of the CONSULTANT is to keep the project on schedule, under budget, and fully coordinated with all parties and to assist in producing a quality constructed product. Page 3 of 16 Scope For the purposes of scope definition and CONSULTANT fee development, the work has been divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the CONSULTANT. These tasks will begin once the COUNTY provides the CONSULTANT with a written Notice to Proceed. These tasks will be complete once the CONSULTANT provides the COUNTY with the closeout documents. The CONSULTANT shall coordinate the overall Construction Phase Program Management, construction observation, and project closeout support services. Each of these services shall be provided by the CONSULTANT, working in concert with the COUNTY and Contractors. The CONSULTANT shall provide the overall construction administration and construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract documents is being met. Also, the CONSULTANT will hire a sub - consultant to perform all required quality assurance testing in the field and on the asphalt to comply with the Contract Documents. Task 1: Project Administration and Coordination This task involves the internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY advised of the work progress, schedule, and anticipated review dates and coordinate necessary revisions. The PM will be the CONSULTANT's main point of contact and will be responsible for ensuring that the project's goals and objectives are met within the agreed upon schedule. Task 2: Weekly Construction Meetings and Site Visits Under this task, the CONSULTANT's Project Manager and/or appropriate fiechnical leads will make visits to the site during construction. Such visits are not intended to be exhaustive in examining the Contractor's work in progress, but rather to provide a general observation of the work based on the Engineer's professional judgment. The CONSULTANT will review the Contractor's work as observed for general conformance with the Contract Documents. The CONSULTANT will not visit the site to direct or supervise the Contractor's work. The CONSULTANT will be creating meeting minutes at the weekly construction meetings. Site visits will be documented, as necessary, if there are any issues in the field for that specific visit. The field inspector will also document any issues on a regular basis in the daily reports. Note that site visits may be coordinated to happen concurrently with regular project meetings or they may be held at other times. Therefore, the design professional will not necessarily be represented at each of the weekly project meetings. The CONSULTANT will also conduct aPre-Construction Conference before the Contractor is provided with a construction Notice to Proceed. The purpose of this meeting will be to review Page 4 of 16 general administrative procedures of the contract, review technical requirements, begin the submittal process, and other items as defined in the Contract Documents. In addition, the CONSULTANT's Project Manager and/or appropriate technical leads will attend the Substantial Completion and Final Inspections. While at these inspections, the CONSULTANT will review the work for general conformance with the Contract Documents and assist the resident project representative (RPR) with determining a level of completeness. The CONSULTANT will assist the RPR in compiling a list of items for inclusion in the final punch list. For the purpose of scope definition, the following number of visits is anticipated by a technical lead from each discipline (inclusive of Pre -Construction Conference, Substantial Completion Inspection and Final Inspection): • Project Manager — 52 • Civil/Site Engineer —12 • Architect — 80 • MEPFIT Engineers - 32 • Utility/Stormwater Engineer - 20 • Structural Engineer - 4 • Site Electrical Engineer — 8 Task 3: Permit Required Revisions and Conformed Documents Under this task the CONSULTANT will prepare construction. revisions to the plans and specifications based on comments from permitting agencies (including the COUNTY, FDEP,. SFWMD, and FDOT) received after the bid documents were complete. These changes will be issued as a construction revision to the Contractor and a Conformed Set of Construction Drawings. In addition, updates to the plans and specifications will be incorporated as required for Collier County Government Growth Management Division record with respect to bid alternates accepted by the Owner during the project bid process. Task 4: Shop Drawing Review This task will include the CONSULTANT's review of shop drawings submitted by the Contractor as stipulated in the Contract Documents. The Resident Project Representative (RPR) will collect and log shop drawings and transmit them to the Engineer. The CONSULTANT will review the shop drawings and return them to the RPR with necessary comments. The CONSULTANT's review of shop drawings will be limited to general design concepts and general compliance with the Contract Documents. Reviews by the CONSULTANT will not relieve the Contractor of the responsibility of compliance with the Contract Documents. The CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work. The CONSULTANT shall have the authority to make decisions related to the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. Page 5 of 16 The CONSULTANT will review and comment on each shop drawing or technical submittal a maximum of three (3) times. Additional reviews shall be eligible for additional compensation. Task S: Responses to Contractor Requests for Information (RFI's) Under this task, the CONSULTANT will prepare technical responses to the questions submitted by the Contractor in the format of a Request for Information (RFI). The RPR will collect, log, and distribute RFI's to the appropriate technical lead for responses and return the RFI responses to the CONTRACTOR. The CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work. The CONSULTANT shall have the authority to make decisions related to the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. The CONSULTANT shall also provide technical support and clarifications related to the construction documents and shall provide any required revisions or supplemental information related to the contract documents that may be required during construction. Task 6: Contractor Applications for Payment and Project Delays Based on the CONSULTANT's on -site observations as an experienced and qualified design professional, on information provided by the RPR, and on review of applications for payment and accompanying data and schedules, the CONSULTANT and/or RPR shall approve the amounts owed to the Contractor(s) based on the Contractor's monthly pay request. The CONSULTANT shall also review Contractor claims for Contract time extensions submitted by the Contractor and shall recommend or deny acceptance to the Owner. Task 7: Resident Project Representative (RPR) Services Under this task, the CONSULTANT will provide on -site Resident Project Representative (RPR) services for the Project. The RPR shall serve as the liaison between the COUNTY, the CONTRACTOR, and the CONSULTANT team throughout the project. The foremost duty of the RPR is to observe construction for general conformance with the Contract Documents, The RPR will be responsible for reporting to the Project Manager, Engineer, Architect, Airport, and/or COUNTY when observing work that is unsatisfactory, faulty, defective, or does not conform to the Contract Documents. The RPR will be responsible for rejecting such work as agreed upon with the COUNTY and the CONSULTANT. The duties of the RPR will include: • attend the pre -construction conference • coordinate the Contractor's mobilization to the site • collect and log shop drawings, RFI's, RFC's, pay requests, correspondence, etc. • inspect and monitor Contractor activities • maintain a daily construction log • attend weekly progress meetings • review and approve Contractor's pay requests Page 6 of 16 • take project progress photographs • monitor Contractor's Quality Control Plan • administrate Change Orders as necessary • organize, prepare for, and lead the substantial completion and final inspections • create the Contractor's punch list of unfinished items • verify the Contractor's completion of the punch list • collect the Contractor's as -built information • prepare the final closeout documentation • certify the completion of the project to general conformance with the Contract Documents The Resident Project Representative shall have limited authority on site as follows: • Shall not authorize any deviation from the construction Contract Documents or substitution of materials or equipment. • Shall not exceed limitations of Owner or design professional as set forth in the construction Contract Documents. • Shall not undertake any of the responsibilities of the Contractors, subcontractors, or Contractor's superintendents. • Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the construction Contract Documents. • Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Contractor's work. • Shall not accept shop drawings or sample submittals from anyone other than the Contractor. • Shall not authorize the Owner to occupy the Project in whole or in part. • Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized. To best serve the project, it is assumed that there will be two (2) RPR's required: one for vertical construction and the other for site work. It is assumed that there will be one (1) part-time (3.5 days per week) site RPR on site through the duration of the contract. An additional inspector may be required on -site during peak construction activities including, but not limited to, extended paving operations and night work. Typically, only one site RPR will be on -site at a time. It is assumed that there will be one (1) part-time (1.5 days per week) vertical RPR on site through the duration of the contract. Actual time on site may vary from week to week based on the Contractor's work schedule. The assigned site RPR will part-time on the FDOT landside/terminal portion of the project. The RPR effort related to the FAA Apron Expansion Project will be included in a separate scope and fee. Page 7 of 16 Task W FDOT/COUN I Coordination and Grant Management The CONSULTANT will assist the COUNTY on coordination with the various agencies on project funding grant terms, conditions, and assurances and other related coordination items as required during the construction of the project. Task 9: Preparation of Closeout and Record Documents Under this task, the CONSULTANT will take the Contractor's red lined and surveyed as -built information and incorporate them into the Construction Drawings for the Airport's record purposes. Also under this task, the CONSULTANT will assist the RPR in preparing the technical related project closeout documentation in accordance with COUNTY and FDOT requirements. BASIC ASSUMPTIONS The following is a list of assumptions forming the basis of the CONSULTANT's cost proposal for providing the services detailed in the Scope of Services for this project. Any modification and/or revision to these basic assumptions will constitute a change in the project scope and may result in a revision to the CONSULTANT's cost proposal. 1. The COUNTY may at the request of the CONSULTANT provide the RPR use of the conference room at the existing terminal. RPR will take necessary measures to keep office space clean. 2. CONSULTANT shall consult with and advise the COUNTY and act as the COUNTY's representative and advisor as provided for in the Contract Documents. The extent and limitations of the duties, responsibilities and authority of the CONSULTANT as assigned in the Contract Documents shall not be modified except as CONSULTANT may otherwise agree in writing. 3. The fees for the provision of construction administration, special inspection, and RPR services are based on the construction duration for the project specified in the construction documents as described above. In the event the construction duration or level of effort required of the CONSULTANT is greater than estimated and specified herein, the CONSULTANT shall be entitled to additional compensation and the terms of this agreement shall be re -negotiated and amended as needed. 4. CONSULTANT shall not be responsible for the acts or omissions of any Contractor, subcontractor, or supplier at the site or otherwise furnishing or performing any of the Contractor's work. 5. CONSULTANT shall have the authority to issue a stop work order to the Contractor when witnessing efforts that do -not conform to the construction contract or that may in the judgment of the CONSULTANT jeopardize safety. This shall not relieve the nt,,. Contractor of their responsibility to meet these requirements. The CONSULTANT will inform the COUNTY immediately if the work is stopped. 6. 7. When recommending payment, CONSULTANT is only representing that the RPR has made visual checks on items installed in field. The CONSULTANT will only check the quality or quantity of Contractor's work as stipulated to the design professional or RPR in the Contract Documents. 8. CONSULTANT's review of Contractor's work for the purposes of recommending payments shall not impose on CONSULTANT responsibility to supervise, direct or control such work or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto or contractor(s) compliance with laws, rules, regulations, ordinances, codes or orders applicable to their furnishing and performing the work. 9. CONSULTANT's review of Contractor's work for the purposes of recommending payments shall not impose responsibility on CONSULTANT to make any examination to ascertain how or for what purposes any contractor has used the moneys paid on account of the Contract Price; or to determine that title to any of the work, materials or equipment has passed to COUNTY free and clear of any lien, claims, security interests or encumbrances; or that there may not be other matters at issue between COUNTY and contractor that might affect the amount that should be paid. 10. The CONSULTANT shall have authority, as the COUNTY's representative, to require special inspection or testing of the work, and shall receive and review certificates of inspections, testing and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents (but only to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents). 11. This scope of services does not include DBE and Wage Rate Monitoring and Compliance. 12. Documents will be created in the CONSULTANT's standard format. 13. All drawings will be created in black and white AutoCAD format using English units. 14. No additional environmental wetlands permitting (federal and/or local) or mitigation will be required for construction of this project. 15. No permitting for threatened or endangered species will be required for this project. 16. It will be the responsibility of the Contractor to obtain any permits necessary for construction. The CONSULTANT will not be applying for or obtaining any construction related permits. Page 9 of 16 1 to The CONSULTANT shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials or toxic substances in any form at the project site. 18. This scope of services does not include preparation for or testimony during any mediation or litigation which might arise from disputes between the Owner and Contractor. Such preparation for or testimony during litigation or mediation, should it be necessary, shall be considered outside the scope of this contract. Task 10: QA Testing The CONSULTANT, through a subconsultant, shall provide the following services: 1. Construction Quality Assurance Testing (Non -Air Side) Task 11: Reimbursable Costs The COUNTY will pay for CONSULTANT's reimbursable costs per Exhibit B, Section B.3.4.1 Reimbursable Expenses. Page 10 of 16 �" l{j tS First Amendment to Agreement #16-6661 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE B1-1 BASIS OF COMPENSATION New Terminal Facility and Associated Landside Improvements — Part 1) 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make fihe payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. 1 Project Administration and Coordination $87,930 2 Weekl Construction meetings and Site visits $1Est ,777 3 Permitting Required Revisions and Conformed $101,718 Documents 4 Shop Drawing Review $78,516 5 Res onses to Contractor RFI's $58,990 6 Contractor Applications for Payment and $267880 Project Delays 7 RPR Services $198,860 8 FAA/DOT/County Coordination and Grant $24,190 Management 9 Preparation of Closeout and Record Docs $55,759 11 QA Testing $30,733.50 10 Reimbursable Costs $68,320 GRAND TOTAL FEE Page 11 of 16 919,673.50 B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY Is prior written approval. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more.than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of " laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. Page 12 of 16 a B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. 13.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112,061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6.Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 13 of 16 SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly;Rate Principal $225 Senior Project Manager $185 Project Manager $165 Senior Engineer $135 Engineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Designer $80 Environmental Specialist $115 Senior Environmental Specialist $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey Crew - 3 man $172 Survey Crew - 4 man $208 Senior Architect $160 Architect $110 Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. Page 14 of 16 SCHEDULE CIA PROJECT MILESTONE SCHEDULE Cumulative Number' of Calendar Days Task For Completion Description from Date of Notice to Proceed for Services under this A reement 1 Project Administration and Coordination 485 2 Weekly Construction meetings and Site 410 Visits 3 Permitting Required Revisions and 410 Conformed Documents 4 Shop Drawing Review 365 5 Responses to Contractor RFI's 365 6 Contractor Applications for Payment and 365 Project Delays 7 RPR Services 410 8 FANDOT/County Coordination and Grant 410 Management 9 Preparation of Closeout and Record Docs 410 Page 15 of 16 SCHEDULE F1-1 KEY PERSONNEL Name Personnel Category Percentage of Time Darin Larson Principal 10% Kevin McCauleySenior Project Manager 40% Thomas Roda Senior Engineer IV 10% Fleet Wulf Senior Engineer III 15% Ivan Urdaneta Senior Engineer II 20% William Bowdoin Senior Engineer 1 20% Adanna R ce Engineer II 30% Anushka Seereeram CADD Technician 20% TBD Senior Inspector 60% TBD Inspector 5% Scotty Bakowski Clerical/Administrative 10% Gary Krueger Senior Architect 30% Somer Spencer Architect 20% Page 16 of 16 a 05/14/2019 16.G.2 EXECUTIVE SUMMARY Recommendation to approve Second Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Terminal," with Atkins North America, Inc., in the amount of $313,833 for engineering services during construction and authorize the Chairman to execute the Amendment. OBJECTIVE: To enhance safety at the Marco Island Executive Airport (MKY) by clearing the FAA object free area (demolishing the existing terminal) and associated airfield safety improvements, while ensuring that the project is constructed in accordance with the plans, specifications and contract documents. CONSIDERATIONS: On April 5, 2016, staff issued RFP # 16-6561 in accordance with Florida Statute § 287.055, the Consultant's Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016 (Agenda Item 14A1), the Board awarded Agreement No. 16-6561 to Atkins North America, Inc. This amendment provides for the performance of construction phase services necessary to support the various construction elements of the project. At the time of the award, funding had not been secured for this phase of the project; however, the Executive Summary presented at the time of approval by the Board in September 2016 expressly stated that the additional tasks identified in this amendment might be requested if grant funding became available. Funding for the construction phase engineering and inspection services has now been secured, and staff recommends that the Board approve the attached Second Amendment to Agreement No. 16-6561 allowing for these services. FISCAL IMPACT: Funding for this portion of the project is budgeted and available in Project 33484. Source of funding is fund Airport Grant Fund 498 and Airport Capital Fund 496. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the Second Amendment to Agreement No. 16-6561 with Atkins North America, Inc., in the amount of $313,833 and authorize the Chairman to execute the attached amendment. Prepared by: Justin Lobb, Airport Manager, Airport Authority ATTACHMENT(S) 1. 16-6561 AtkinsNorthAmerica Amend#2_Contract VendorSigned (PDF) 2. 16-6561Atkins_Contract 20161019161840.665 X (PDF) 3. Atkins Amendment 1_Contract #16-6561 (PDF) Packet Pg. 1704 SECOND AMENDMENT TO AGREEMENT #16-6561 FOR "DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL" THIS SECOND AMENDMENT, made and entered into on this day of 2019, by and between Atkins North America Inc., authorized to do businessl in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607, (the "Consultant") and Collier County, a political subdivision of the State of Florida (the "County") (collectively, the "Parties"). WHEREAS, on September 27, 2016 (Agenda Item 14.A1), the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal," which included the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2, with an initial contract award of $1,209,298; and WHEREAS, on March 13, 2018 (Agenda Item 16.G2), the Board approved Amendment 1 to the Agreement to obtain engineering and inspection services during construction concerning the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1) in the amount of $919,74; and WHEREAS, the Parties desire to further amend the Agreement per Article Two "Additional Services of Consultant" to incorporate, Post Design and Inspection Services, as originally contemplated in Request for Proposal #16-6561, for the Apron Expansion and Airfield Safety Improvements — Part 2. NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: 1. The additional services shall be provided in accordance with the attached Schedule Al-2 —Scope of Services, which is hereby incorporated into the Agreement. 2. The fees for the additional services outlined in Schedule A1-2 shall be in accordance with Schedule B1-2, attached hereto and incorporated into the Agreement. 3. Schedule C1-2 Project Milestone Schedule is attached hereto and incorporated into the Agreement. 4. Schedule F1-2 Key Personnel, Subconsuftants and Subcontractors is attached hereto and incorporated into the Agreement. All other terms and conditions of the agreement shall remain in force. Page 1 of 16 i Second Amendment to Agreement #16-6561 i,HA� "Design Services for the Marco Island F�cecutive Airport (MKY) New Terminal" �' IN WITNESS WHEREOF, the Parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. Crystal K. Klnzel, Clerk of Courts and Comptroller . r� Attest as to Chairman,s , signature only. Consultant's First Witness: By: Dawn F. O'Neill Print Name Consultant' econd Witness: By: Kevin McCauley Print Name and Legality: R. ''each Deputy County Attorney BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: Wiliam L. McDaniel, Jr., Chairman CONSULTANT: Atkins North America Inc. Darin R. Larson Vice President Print Name and Title Page 2 of 16 �� Second Amendment to Agreement #16.6561 A "Design Services for the Marco Island Executive Airport (MKY) New Terminal" Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE Al-2 SCOPE OF SERVICES Construction Phase Services for Apron Expansion and Airfield Safety Improvements— Part 2 This scope of services covers construction phase services required for the Base Bid elements of the Apron and Airfield Safety Improvements through the duration of construction including assisting with permitting efforts with the South Florida Water Management District (SFWMD), Florida Department of Environmental Protection (FDEP), and County Development. Project Description Under a previous task authorization, the COUNTY commissioned the CONSULTANT to perform design services for the Apron Expansion and Airfield Safety Improvements (Part 2) required to support the new terminal building including the following project elements: • Expansion west of existing aircraft terminal apron (Base Bid) • Demolition of existing terminal building (Base Bid) • Drainage improvements (Base Bid) • Airport perimeter fence modifications as necessary (Base Bid) • High mast lighting of apron area (Base Bid) • Access control for AOA gates and site CCTV (Base Bid) • Expansion of north portion of aircraft terminal apron (Bid Alternate 1) • Expansion of southwest portion of aircraft terminal apron (Bid Alternate 2) • Relocation of Taxiway Bravo and associated airfield lighting (Bid Alternate 3) • Demolition of existing Taxiway Bravo and portions of existing apron and associated new airfield lighting (Bid Alternate 3) • Permitting of various project elements The intent of this scope is to perform construction phase services necessary to support the various construction elements associated with the Base Bid of this project at the Marco Island Executive Airport. The award of Bid Alternates 1 through 3, will be dependent on future funding from FDOT/FAA. If any or all bid alternates receive funding and are awarded to the Contractor, additional construction administration services and associated fee will be required, which shall require an Amendment to the Agreement. Construction is scheduled to start in the summer of 2019. Page 3 of 16 c;Ao Second Amendment to Agreement #16.6551 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" This scope of services defines the effort necessary to accomplish the Construction Phase Services for the Apron and Airfield Safety Improvements at MKY. This will consist of providing professional services for the administration and technical support during construction, and the preparation of closeout documents and record drawings. In addition, Atkins (CONSULTANT) will provide resident project representative (RPR) services for the majority of the construction contract duration. The contract documents allow 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. Objective The objective shall be the successful completion by the CONSULTANT of project management and construction phase related services necessary for the various improvements associated with the Base Bid of the MKY Apron Expansion and Airfield Safety Improvements project (PROJECT). If any or all bid alternates receive funding and are awarded to the Contractor, additional construction administration services and associated fee will be required. The overriding objective of the CONSULTANT is to keep the project on schedule, under budget, and fully coordinated with all parties and to assist in producing a quality constructed product. SCOpe For the purposes of scope definition and CONSULTANT fee development, the work has been divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the CONSULTANT. Any additional compensation shall be approved in writing by both parties through an Amendment and in advance of the services being rendered. These tasks will begin once the COUNTY provides the CONSULTANT with a written Notice to Proceed. These tasks will be complete once the CONSULTANT provides the COUNTY with the closeout documents. The CONSULTANT shall coordinate the overall Construction Phase Program Management, construction observation, and project closeout support services. Each of these services shall be provided by the CONSULTANT, working in concert with the COUNTY and Contractors. The CONSULTANT shall provide the overall construction administration and construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract documents is being met. Also, the CONSULTANT will hire a sub - consultant to perform all required quality assurance testing in the field and on the asphalt to comply with the Contract Documents. Task 1: Project Administration and Coordination This task involves the internal management of billing, and coordination with project stakeholders, will be readily available to the project team and related elements. The PM will keep the COUNTY the contract including project bookkeeping, The CONSULTANT's Project Manager (PM) the COUNTY to oversee necessary project advised of the work progress, schedule, and anticipated review dates and coordinate necessary revisions. The PM will be the cao Page 4 of 16 Second Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" CONSULTANT's main point of contact and will be responsible for ensuring that the project's goals and objectives are met within the agreed upon schedule. Task 2: Weekly Meetings and Site Visits Under this task, the CONSULTANT's Project Manager and/or appropriate technical leads will attend weekly meetings and make visits to the site during construction. Such site visits are not intended to be exhaustive in examining the Contractor's work in progress, but rather to provide a general observation of the work based on the Engineer's professional judgment. The CONSULTANT will review the Contractor's work as observed for general conformance with the Contract Documents, The CONSULTANT will be creating meeting minutes at the weekly construction meetings. Site visits will be documented, as necessary, if there are any issues in the field for that specific visit. The CONSULTANT's field inspector will also document any issues on a regular basis in the daily reports. The CONSULTANT will not visit the site to direct or supervise the Contractor's work. Note that site visits may be coordinated to happen concurrently with regular project meetings or they may be held at other times. Therefore, the design professional will not necessarily be represented at each of the weekly project meetings. The CONSULTANT will also conduct aPre-Construction Conference before the Contractor is provided with a construction Notice to Proceed. The purpose of this meeting will be to review general administrative procedures of the contract, review technical requirements, begin the submittal process, and other items as defined in the Contract Documents. In addition, the CONSULTANT's Project Manager and/or appropriate technical leads will attend the Substantial Completion and Final Inspections. While at these inspections, the CONSULTANT will review the work for general conformance with the Contract Documents and assist the resident project representative (RPR) with determining a level of completeness. The CONSULTANT will assist the RPR in compiling a list of items for inclusion in the final punch list. For the purpose of scope definition, the following number of visits is anticipated by a technical lead from each discipline (inclusive of Pre -Construction Conference, Substantial Completion Inspection and Final Inspection): • Project Manager - 6 • Civil/Site Engineer - 6 • Structural Engineer - 2 • Airfield Electrical Engineer - 1 • Utility/Stormwater Engineer - 4 • Site Electrical Engineer - 7 Task 3: Permit Required Revisions Under this task the CONSULTANT will prepare construction revisions to the plans and specifications based on comments from permitting agencies (including the COUNTY, FDEP, SFWMD, and the FAA) received after the bid documents were complete. These changes will Page 5 of 16 CAv Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" be issued as a construction revision to the Contractor and a Conformed Set of Construction Drawings. In addition, updates to the plans and specifications will be incorporated as required. Task 4: Shop Drawing Review This task will include the CONSULTAN I s review of shop drawings submitted by the Contractor as stipulated in the Contract Documents. The CONSULTANT's Resident Project Representative (RPR) will collect and log shop drawings and transmit them to the Engineer. The CONSULTANT will review the shop drawings and return them to the RPR with necessary comments. The CONSULTANT's review of shop drawings will be limited to general design concepts and general compliance with the Contract Documents. Reviews by the CONSULTANT will not relieve the Contractor of the responsibility of compliance with the Contract Documents. The CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work. The CONSULTANT shall have the authority to make decisions related to the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. The CONSULTANT will review and comment on each shop drawing or technical submittal a maximum of three (3) times. Additional reviews shall be eligible for additional compensation, upon written approval by the COUNTY. Task 5: Responses to Contractor Requests for Information (RFI's) Under this task, the CONSULTANT will prepare technical responses to the questions submitted by the Contractor in the format of a Request for Information (RFI). The RPR will collect, log, and distribute RFI's to the appropriate technical lead for responses and return the RFI responses to the CONTRACTOR. The CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work. The CONSULTANT shall have the authority to make decisions related to the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of the work. The CONSULTANT shall also provide technical support and clarifications related to the construction documents and shall provide any required revisions or supplemental information related to the contract documents that may be required during construction. Task 6: Contractor Applications for Payment and Project Delays Based on the CONSULTANT's on -site observations as an experienced and qualified design professional, on information provided by the RPR, and on review of applications for payment and accompanying data and schedules, the CONSULTANT and/or RPR shall approve the amounts owed to the Contractor(s) based on the Contractor's monthly pay request. The CONSULTANT shall also review Contractor's claims for Contract time extensions submitted by the Contract and shall recommend or deny acceptance to the Owner/COUNTY. Page 6 of 16 �`�� Second Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MK, I New Terminal" Task 7; Resident Project Representative (RPR) Services Under this task, the CONSULTANT will provide on -site Resident Project Representative (RPR) services for the Project. The RPR shall serve as the liaison between the COUNTY, the CONTRACTOR, and the CONSULTANT team throughout the project. The foremost duty of the RPR is to observe construction for general conformance with the Contract Documents. The RPR will be responsible for reporting to the Project Manager, Engineer, Architect, Airport, and/or COUNTY when observing work that is unsatisfactory, faulty, defective, or does not conform to the Contract Documents. The RPR will be responsible for rejecting such work as agreed upon with the COUNTY and the CONSULTANT. The duties of the RPR will include: • attend the pre -construction conference • coordinate the Contractor's mobilization to the site • collect and log shop drawings, RFI's, RFC's, pay requests, correspondence, etc. • inspect and monitor Contractor activities • maintain a daily construction log to include when the contractor is on the job site, weather conditions, changed conditions, list of visitors, testing activities/procedures and general observations • attend weekly progress meetings • review and approve Contractor's pay requests • take project progress photographs • monitor Contractor's Quality Control Plan • administrate Change Orders as necessary • organize, prepare for, and lead the substantial completion and final inspections • create the Contractor's punch list of unfinished items • verify the Contractor's completion of the punch list • collect the Contractor's as -built information • prepare the final closeout documentation • certify the completion of the project to general conformance with the Contract Documents • Report any deviation from the contract documents or whether it is believed that work is unsatisfactory, faulty or defective • Coordinate the quality assurance sampling and testing of materials and work to be performed by independent testing laboratories The Resident Project Representative shall have limited authority on site as follows: • Shall not authorize any deviation from the construction Contract Documents or substitution of materials or equipment. • Shall not exceed limitations of Owner or design professional as set forth in the construction Contract Documents. • Shall not undertake any of the responsibilities of the Contractors, subcontractors, or Contractor's superintendents. • Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the construction Contract Documents. • Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Contractor's work. Page 7 of 16 Second Amendment to Agreement #16.6661 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" • Shall not accept shop drawings or sample submittals from anyone other than the Contractor. • Shall not authorize the Owner to occupy the Project in whole or in part. • Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized. The contract documents allow 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. This equates to 52 weeks of contract time. To best serve the project, it is assumed that there will be one (1) RPR half-time on site for twelve (12) months. An additional inspector may be required on -site during peak construction activities including, but not limited to, extended paving operations and night work. The assigned RPR will serve half-time on the FDOT landside/terminal portion of the project. The RPR effort related to the FDOT landside/terminal will be included in a separate scope and fee, which will require written approval by the COUNTY through an Amendment, and in advance of services being rendered. Task 8: DBE and Prevailing Wage Rate Monitoring and Compliance The CONSULTANT will track and monitor the DBE and prevailing wage rates for the project on an ongoing basis and ensure compliance with the Contract Documents. Task 9: FAA/DOT/County Coordination and Grant Management The CONSULTANT will assist the COUNTY on coordination with the various agencies on project funding grant terms, conditions, and assurances and other related coordination items as required during the construction of the project. Task 10: Preparation of Closeout and Record Documents Under this task, the CONSULTANT will take the Contractor's red lined and surveyed as -built information and incorporate them into the Construction Drawings for the Airport's record purposes. Also, under this task, the CONSULTANT will assist the RPR in preparing the technical related project closeout documentation in accordance with COUNTY and FAA requirements. Task 11: MEP and Site Electrical The CONSULTANT, through a subconsultant, shall provide the following services: 1. Mechanical, Electrical, Plumbing (MEP) and Site Electrical (Air -Side) Task 12: QA Testing The CONSULTANT, through a subconsultant, shall provide the following services: 1. Construction Quality Assurance Texting (Air -Side) Page 8 of 16 Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" Task 13: Reimbursable Costs The COUNTY will pay the CONSULTANT's reimbursable costs per Exhibit B, Section B.3.4.1 Reimbursable Expenses. BASIC ASSUMPTIONS The following is a list of assumptions forming the basis of the CONSULTANT'a cost proposal for providing the services detailed in the Scope of Services for this project. Any modification and/or revision to these basic assumptions will constitute a change in the project scope and may result in a revision to the CONSULTANT's cost proposal. 1. The COUNTY will provide office space in the existing terminal for full-time use by the RPR. RPR will take necessary measures to keep office space clean. 2. No additional COUNTY or FAA reviews are anticipated for this scope of work. 3. CONSULTANT shall consult with and advise the COUNTY and act as the COUNTY's representative and advisor as provided for in the Contract Documents. The extent and limitations of the duties, responsibilities and authority of the CONSULTANT as assigned in the Contract Documents shall not be modified except as CONSULTANT may otherwise agree in writing. 4. The fees for the provision of construction administration and RPR services are based on the construction duration for the project specified in the construction documents and an assumed level of staff effort as described above. In the event the construction duration or level of effort required of the CONSULTANT is greater than estimated and specified herein, the CONSULTANT shall be entitled to additional compensation and the terms of this agreement shall be re -negotiated and amended as needed. 5. CONSULTANT shall not be responsible for the acts or omissions of any Contractor, subcontractor, or supplier at the site or otherwise furnishing or performing any of the Contractor's work. 6. CONSULTANT shall have the authority to issue a stop work order to the Contractor when witnessing efforts that do not conform to the construction contract or that may in the judgment of the CONSULTANT jeopardize safety. This shall not relieve the Contractor of their responsibility to meet these requirements. The CONSULTANT will inform the COUNTY immediately if the work is stopped. 7. When recommending payment, CONSULTANT is only representing that the RPR has made visual checks on items installed infield. The CONSULTANT will only check the quality or quantity of Contractor's work as stipulated to the design professional or RPR in the Contract Documents. 8. CONSULTANT's review of Contractor's work for the purposes of recommending payments shall not impose on CONSULTANT responsibility to supervise, direct or control such work or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto or contractor(s) Page 9 of 16 CNO Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" compliance with laws, rules, regulations, ordinances, codes or orders applicable to their furnishing and performing the work. 9. CONSUL I AN I s review of Contractor's work for the purposes of recommending payments shall not impose responsibility on CONSULTANT to make any examination to ascertain how or for what purposes any contractor has used the moneys paid on account of the Contract Price; or to determine that title to any of the work, materials or equipment has passed to COUNTY free and clear of any lien, claims, security interests or encumbrances; or that there may not be other matters at issue between COUNTY and contractor that might affect the amount that should be paid. 10. The CONSULTANT shall have authority, as the COUNTY's representative, to require special inspection or testing of the work, and shall receive and review certificates of inspections, testing and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents (but only to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents). 11. No additional environmental wetlands permitting (federal and/or local) or mitigation will be required for construction of this project. 12. No permitting for threatened or endangered species will be required for this project. 13. It will be the responsibility of the Contractor to obtain any permits necessary for construction. The CONSULTANT will not be applying for or obtaining any construction related permits. 14. The CONSULTANT shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials or toxic substances in any form at the project site. 15. The scope and fee herein is for the Base Bid Package of the Project. The award of Bid Alternates 1 through 3, will be dependent on future funding from FDOT/FAA. If any or all bid alternates receive funding and are awarded to the Contractor, additional construction administration services and associated fee will be required. Page 10 of 16 Cho Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" Second Amendment to Agreement #16-6561 'Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE B1-2 BASIS OF COMPENSATION Construction Phase Services for Aron Expansion and Airfield Safety Improvements— Part 2 1. MONTHLY STATUS REPORTS B.1.1. As a conon precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. Tasks Description Lump Sum 1 Project Administration and Coordination $21,520 2 Weekly Construction Meetings and Site Visits $19,990 3 Permitting Required Revisions $9,360 4 Shop Drawing Review $167690 5 Responses to Contractor RFI's $14,970 6 Contractor Applications for Payment $7,390 7 RPR Services $120,800 8 DBE and Wage Rate Monitoring and Compliance $2,560 8 FAA/DOT/County Coordination and Grant Management $2,100 9 Preparation of Closeout and Record Docs $14,990 11 MEP and Site Electrical AVCON - DBE $28,988 12 QA Testing GFA) $32,675 13 Reimbursable Costs $21,800 GRAND TOTAL FEE $313,833 B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Page 11 of 16 Second Amendment to Agreement #16.6561 C�U "Design Services for the Marco Island Executive Airport (MKY) New Terminal" B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (o) 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. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. Page 12 of 16 CAU Second Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" B.3.4.1 Reimbursable Expenses must comply with §112,061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.101. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 13 of 16 Second Amendment to Agreement #16.6661 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE 131-2 — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $225 Senior Project Manager $185 Project Manager $165 Senior Engineer $135 Engineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Designer $80 Environmental Specialist $115 Senior Environmental Specialist $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey Crew - 3 man $172 Survey Crew - 4 man $208 Senior Architect $160 Architect $110 Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the Parties. Page 14 of 16 CAv Second Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE C1-2 PROJECT MILESTONE SCHEDULE 1 � Project Administration and Coordination � 365 2 I Weekly Construction meetings and Site I 365 Visits 3 I Permitting Required Revisions and I 365 Conformed Documents 4 � Shop Drawing Review � 365 5 � Responses to Contractor RFI's ( 365 6 ( Contractor Applications for Payment and ( 365 Proiect Delays 7 I RPR Services 8 ( DBE and Wage Rate Monitoring and I 365 Compliance 9 I FAA/DOT/County Coordination and Grant I 365 Management 10 I Preparation of Closeout and Record Docs 1 425 Page 15 of 16 CAU Second Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE F1-2 KEY PERSONNEL Darin Larson Princi al IU70 Kevin McCauleySenior Project Manager 40% Thomas Roda Senior Engineer IV 10% Fleet Wulf Senior Engineer III 15% Ivan Urdaneta Senior Engineer II 20% William Bowdoin Senior Engineer 1 20% Adanna R ce En ineer II 30% Ahmed Aslheer CADD Technician 20% TBD Senior Inspector 60% TBD Inspector 5% Scottv Bakowski Clerical/Administrative 10% Page 16 of 16 CAU Second Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" 07/09/2019 16.G.2 EXECUTIVE SUMMARY Recommendation to approve the Third Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Airport Terminal," with Atkins North America, Inc., to extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $211,976 for engineering services during construction. OBJECTIVE: To maintain engineering and inspection services throughout the duration of the construction of the new general aviation terminal and associated infrastructure at the Marco Island Executive Airport ("MKY"). CONSIDERATIONS: On April 5, 2016, staff issued Request For Proposal No. 16-6561 in accordance with Florida Statute 287.055, the Consultant's Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016 (Agenda Item 14A1), the Board awarded Agreement No. 16-6561 (the "Agreement") to Atkins North America, Inc. (hereafter, "Atkins"). On March 13, 2018 (Agenda Item 16G2), the Board approved Amendment I to the Agreement for construction phase engineering and inspection services necessary to support the various landside construction elements of this project. On May 14, 2019 (Agenda Item 16G2), The Board approved Amendment 2 to the Agreement for construction phase engineering and inspection services necessary to support construction of the airside improvements. Construction of the terminal is approximately six months behind schedule due to circumstances beyond the County and engineer's control, and the County is currently working with its contractor, West Construction, Inc. (Agreement No. 18-7240, approved by the Board on February 13, 2018, Agenda Item 14A1), to accelerate construction activities while mitigating further delays. The approval of this Third Amendment to the Agreement is necessary to maintain the proper Construction Engineering and Inspection ("CEI") services for the duration of construction and allow for the payment of the proportionate fees commensurate with providing these services during the extended schedule. This Amendment extends the schedule one hundred eighty (180) days to February 5, 2020 and increases the agreement by $211,976.00 from $919,673.50 to $1,131,649.50, or an increase of 23.05%, which equates to approximately $1,178 per day of extended services, whereas the original scope and fee for CEI services equated to approximately $1,916 per day. Therefore, the added cost is fair and reasonable, as Atkins and the County's project management staff have employed a conservative, yet responsible approach to ensuring the project is administered successfully in accordance with the approved plans and specifications. FISCAL IMPACT: To cover necessary and unforeseen incremental costs related to the project and associated delays, a budget amendment in the amount of $211,976.00 is necessary to transfer available funds from Airport Operating Fund 495 Reserves to Airport Capital Fund 496, Project 33484. Ultimately, it is expected that such incremental costs will be recovered through liquidated damages the County is entitled to assess against West Construction, Inc. in accordance with the terms of the Agreement. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. Packet Pg. 2046 C ENT r� I QIG�311�MG�T T� THN TGilHO QMC V DUE AT is made and entered into on this day of 2019, by and between Atkins Vlov i�rrHevic l IU�eo, authorized to do business4 the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607, (the "Consultant") and Colliery County, apolitical subdivision of the State of Florida (the "County") (collectively, the "Parties"). September 27, 2016 (Agenda Item 14.A1)1 the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal," which includes the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2, with an initial contract award of $1,209,298; and V"�'�a�REAS, on March 13, 2018 (Agenda Item 16.G2), the Board approved Amendment 1 to the Agreement to obtain engineering and inspection services during construction concerning the Design Services for Marco Executive Airport Terminal' (for New Terminal Facility and Associated Landside Improvements — Part 1) in the amount of $919,673.50; and l�fl�C� e C A�, on May 1 �, 2019, (Agenda Item 16.G2), the Board approved Amendment 2 to the Agreement to incorporate, Post Design and Inspection Services, as originally contemplated in Request for Proposal #16-6561, for the Apron Expansion and Airfield Safety Improvements — Part 2; and U��9C�l�REAS, the Parties desire to further amend the Agreement extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $211,976 for the "Design Services for Marco Executive Airport Terminal' (for New Terminal Facility and Associated Landside Improvements — Part 1). [I`J©VIJ, THE EF®RE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: 1. The additional services shall be provided in accordance with the attached Schedule A1-3 — Scope of Services, which is hereby incorporated infio the Agreement. 2. The fees for the additional services outlined in Schedule Al-3 — Fee Schedule shall be in accordance with Schedule 61-3, attached hereto and incorporated into the Agreement. 3. Schedule C1-3 Project Milestone Schedule is attached hereto and incorporated into the Agreement. Page 1 of 14 Third Amendment to Agreement #16-6561 "Design Services forthe Marco Island Executive Airport (Mt(Y) New Terminal" r✓A� 4. Schedule F1-3 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement. All other terms and conditions of the agreement shall remain in force. (reminder of the page is intentionally left blank) Page 2 of 14 Third Amendment to Agreement #16.6561 "Design Services forthe Marco Island Executive Airport (MKY) New Terminal" IN WITNESS WHEREOF, the Parties hereto, have each, respectively, by an authorized person or agent, executed this Third Amendment on the date and year first written above. Crystal K. Kip, Clerk of Courts and Comptolter T' '" J , IP I"r. BY (' l � 1 ° �iil fi 1 Deputy Cle rk Con ultant's Fir t With ss. By: U Print Name Consultant's Second Witness: Print Name Legality: Scott R. Teach Deputy County Attorney BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA By: L. McDaniel, Jr., Chairman CONSULTANT: Atkins Noah Ameri By: Darin R. Larson. Vice President Print Name and Title Page 3 of 14 Third Amendrnsnt to Agreement p18$581 "lSsslgn Services for the Marco Island E:eeutive Airport (MKY) New Terrnlnal" ThirdAmendment 'Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE Al-3 SCOPE OF SERVICES This scope of services covers an additional six (6) months of construction phase services required for the New Terminal Facility and Associated Landside Improvements. Under Task authorization Amendment 1 to Contract #16-6561, Atkins (CONSULTANT) drafted a scope of services to define the effort necessary to accomplish the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY. This task consisted of providing professional services for the administration and technical support during construction, and the preparation of closeout documents and record drawings. In addition, Atkins provided resident project representative (RPR) services for the majority of the construction contract duration. The contract documents allowed 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. At the end of April 2019, the 365 calendar days included in the contract with West Construction expired. As of May 1, 2019, the project is approximately thirty-five (35) percent complete. At the request of Collier COUNTY Airport Authority (COUNTlr7, the CONSULTANT has drafted this scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY for an additional six (6) months. This will consist of providing additional professional services for the administration and technical support during construction. In addition, Atkins will provide resident project representative (RPR) services for the majority of the additional six (6) months of construction. Sco e For the purposes of scope definition and CONSULTANT fee development, the work has been divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the CONSULTANT. These tasks will begin once the COUNTY provides the CONSULTANT with a written Notice to Proceed. Task 1: Project Administration and Coordination This task involves the additional internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders as required due to the time extension. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY advised of the work progress, schedule, and anticipated review dates and coordinate necessary revisions. The PM will be the CONSULTANT's main point of contact and will be Page 4 of 14 Third Amendment to Agreement #16.5551 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" responsible for ensuring that the project's goals and objectives are met within the agreed upon schedule. Task :litleekly Construction eetings and Site Visits Underthis task, the CONSULTANT's Project Manager and/or appropriate technical leads will make additional visits to the site during construction as required due to the time extension. Such visits are not intended to be exhaustive in examining the Contractor's work in progress, but rather to provide a general observation of the work based on the Engineer's professional judgment. The CONSULTANT will review the Contractor's work as observed for general conformance with the Contract Documents. The CONSULTANT will not visit the site to direct or supervise the Contractor's work. Note that site visits may be coordinated to happen concurrently with regular project meetings or they may be held at other times. Therefore, the design professional will not necessarily be represented at each of the weekly project meetings. For the purpose of scope definition, the following number of additional visits are anticipated by a technical lead from each discipline as required due to the time extension. ® Project Manager — 26 ® Civil/Site Engineer — 5 ® Architect — 40 ® MEPFIT Engineers — 8 ® Utility/Stormwater Engineer - 5 ® Structural Engineer —16 ® Site Electrical Engineer — 2 Task 3• Permit Required Revisions and Conformed Documents No additional effort associated with this amendment is required under for this Task. Task 4: Shop Drawing Review This task will include the CONSULTANT's additional reviews of shop drawings submitted by the Contractor as stipulated in the Contract Documents. Amendment 1 included a maximum of three (3) reviews on each shop drawing or technical submittal times. Additional reviews beyond three (3) have been required on multiple submittals related to the terminal building and shall be eligible for additional compensation based on the scope of Amendment 1. Task 5• Responses to Contractor Requests for Information (RFI's) Under this task, the CONSULTANT will prepare additional technical responses to the questions submitted by the Contractor in the format of a Request for Information (RFI) as required due to the time extension. Page 5 of 14 Third Amendment to Agreement #16-5561 "Design Services for the Marco Island Executive Airport (MICY) New Terminal" Task 6: Contractor Applications for Payment and Project Delays Based on the CONSULTANT's on -site observations as an experienced and qualified design professional, on information provided by the RPR, and on review of applications for payment and accompanying data and schedules, the CONSULTANT and/or RPR shall approve the amounts owed to the Contractor(s) based on the Contractor's additional monthly pay requests as required due to the time extension. The CONSULTANT shall also review Contractor claims for Contract time extensions submitted by the Contractor and shall recommend or deny acceptance to the Owner. Such claims shall be submitted within fourteen (14) days of the date(s) of the requested delay for consideration by the CONSULTANT or the claim will be considered null and void and will not be reviewed. Task 7: Resident Project Representative (RPR) Services Under this task, the CONSULTANT will continue to provide on -site Resident Project Representative (RPR) services for the Project as required due to the time extension. The RPR shall serve as the liaison between the COUNTY, the CONTRACTOR, and the CONSULTANT team throughout the project. The foremost duty of the RPR is to observe construction for general conformance with the Contract Documents. The RPR will be responsible for reporting to the Project Manager, Engineer, Architect, Airport, and/or COUNTY when observing work that is unsatisfactory, faulty, defective, or does not conform to the Contract Documents. The RPR will be responsible for rejecting such work as agreed upon with the COUNTY and the CONSULTANT. The duties of the RPR will include: collect and log shop drawings, RFI's, RFC's, pay requests, correspondence, etc. ® inspect and monitor Contractor activities ® maintain a daily construction log ® attend weekly progress meetings ® review and approve Contractor's pay requests ® take project progress photographs 0 monitor Contractor's Quality Control Plan ® administrate Change Orders as necessary ® organize, prepare for, and lead the substantial completion and final inspections ® create the Contractor's punch list of unfinished items ® verify the Contractor's completion of the punch list e collect the Contractor's as -built information 0 prepare the final closeout documentation ® certify the completion of the project to general conformance with the Contract Documents The Resident Project Representative shall have limited authority on site as follows: ® Shall not authorize any deviation from the construction Contract Documents or substitution of materials or equipment. Page 6 of 14 Third Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Ai[port (MF(Y) New Terminal" • Shall not exceed limitations of Owner or design professional as set forth in the construction Contract Documents. • Shall not undertake any of the responsibilities of the Contractors, subcontractors, or Contractor's superintendents. • Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the construction Contract Documents. • Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Contractor's work. • Shall not accept shop drawings or sample submittals from anyone other than the Contractor. • Shall not authorize the Owner to occupy the Project in whole or in part. • Shall not participate in specialized field or laboratory tests or inspections • conducted by others except as specifically authorized. The contract documents allow 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. The additional RPR efforts required beyond the 365 calendar days for the six (6) month extension equates to 26 weeks of contract time. To best serve the project, it is assumed that there will be two (2) RPR's required: one for vertical construction and the other for site work. It is assumed that there will be one (1) part-time (3.5 days per week) site RPR on site through the duration of the contract. An additional inspector may be required on- site during peak construction activities including, but not limited to, extended paving operations and night work. Typically, only one site RPR will be on4te at a time. It is assumed that there will be one (1) part-time (1.5 days per week) vertical RPR on site through the duration of the contract. Actual time on site may vary from week to week based on the Contractor's work schedule. aSK �1'tJV 1 /`►VUIV ! i lipVi(71IIdftIV11 tYlila 671 Cln� �®�auc.a_d�._..6■■. The CONSULTANT will assist the COUNTY on coordination with the various agencies on project funding grant terms, conditions, and assurances and other related coordination items as required due to the time extension. Task 9a Preparation of Closeout and recordyocunnenis No additional effort associated with this amendment ►s required under for this Task. The following is a list of assumptions forming the basis of the CONSULTANT's cost VI oposal for providing the services detailed in the Scope of Services for this project. Any modification and/or revision to these basic assumptions will constitute a change in the project scope and may result in a revision to the CONSULTANT's cost proposal. 1. The scope and assumptions as generally defined within Amendment 1 to Contract #16-6561 shall remain in effect unless specifically modified herein. Page 7 of 14 Third Amendment to Agreement #15-5551 "Design Services for the Marco Island Executive Airport (MI(Y) New Terminal" 2. This scope of services does not include preparation for or testimony during any mediation or litigation which might arise from disputes between the Owner and Contractor. Such preparation for or testimony during litigation or mediation, should it be necessary, shall be considered outside the scope of this contract. (reminder of the page is intentionally left blank) Page 8 of 44 Third Amendment to Agreement #16.8561 "Design Services for the Marco Island F�cecutive Airport (MKY) New Terminal" Third Amendment to 'Design Services for • Island Executive Airport (MKY) New SCHEDULE B1-3 BASIS OF COMPENSATION - Construction Phase Services for New Terminal Facility and Associated Landside Improvements 1. MONTHLY STATUS REPORTS 8.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. Tasks escription Lump Sum 1 Project Administration and Coordination $29,720 2 Weekly Construction Meetings and Site Visits $76,094 3 Shop Drawing Review $5,600 4 Responses to Contractor BFI's $18,962 5 Contractor Applications for Payment and Project Delays $8,170 6 RPR Services $63,600 7 FAA/DOT/County Coordination and Grant Management $5,890 8 Reimbursable Costs $3,940 GRAND TOTAL FEE $211,976 B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section Page 9of14 Third Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" 3.4.1 below. There shall be no overtime pay on Additional Services without the COUN I Y's prior written approval. B.2.4. The compensation provided for under Section 1:5.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: Page 10 of 14 Third Amendment to Agreement #'15-6551 "Design Services for the Marco Island Executive Airport (MKY) New Terminal B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. E3.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept. on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 11 of 14 f`' Third Amendment to Agreement #16-5551 � _-` '_� `" "Design Services for the Marco Island Executive Airport �MKY� New Terminal" ". Title Hourly Rate Principal $225 Senior Project Manager $185 Project Manager $165 Senior Engineer $135 Engineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Designer $80 Environmental Specialist $115 Senior Environmental Specialist... $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey Crew - 3 man $172 Survey Crew - 4 man $208 Senior Architect $160 Architect $110 Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the Parties. Page 12 of 14 Third Amendment to Agreement#16.6561 , '' "Design Services for the Marco Island F�recutive Airport (MFCY) New Terminal" Cumulative Number of Calendar Days For Completion ' Task from Date of Description Notice to Proceed for Services under this Agreement 1 Project Administration and Coordination 180 2 Weekly Construction meetings and Site 180 Visits 3 Permitting Required Revisions and N/A Conformed Documents 4 Shop Drawing Review 180 5 Responses to Contractor RFI's 180 6 Contractor Applications for Payment and 180 Project Delays 7 RPR Services 180 8 FAA/DOT/County Coordination and Grant 180 Management 9 Preparation of Closeout and Record Docs 180 Page 13 of 14 ��� ' Third Amendment to Agreement #16.5551 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE 1"1-3 KEY PERSONNEL Name Personnel Category Percentage of Time Darin Larson Principal 10% Kevin McCauleySenior Project Manager 40% Manny Be'arano Senior Engineer IV 10% Fleet Wulf Senior Engineer 111 15% William Bowdoin Senior Engineer 11 20% Javier Suarez Paz Senior Engineer 1 20% Adanna R ce Engineer II 30% Anushka Seereeram CADD Technician 20% TBD Senior Inspector 60% TBD Inspector 5% Scotty Bakowski Clerical/Administrative 10% Gary Krueger Senior Architect 30% Somer Spencer Architect 20% Page 14 of 14 f Third Amendment to Agreement #16-6561 :.� s`� "Design Services forthe Marco Island Executive Airport (MKY) New Terminal" 16.G.1 11/12/2019 EXECUTIVE SUMMARY Recommendation to approve the Fourth Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Terminal," with Atkins North America, Inc., in the amount of $31,450 for Construction Engineering and Inspection (CEI) services associated with Bid Alternates 1 and 2 and authorize the Chairman to execute the Amendment, and to approve including the costs associated with construction of Bid Alternates 1 and 2 in Quality Enterprises USA Inc. Contract No. 18-7366 - Marco Airport Apron & Associated Safety Improvements, increasing the amount of the award by $621,365 from $3,689,425 to $4,310,790 and authorize the County Manager or his designee to execute a Change Order for the increase to Contract No. 18-7366. OBJECTIVE: To enhance safety at the Marco Island Executive Airport (MKY) by clearing the FAA object free area (demolishing the existing terminal building) and constructing associated airfield safety improvements. CONSIDERATIONS: On May 14, 2019 (Agenda Item 16G2), the Board approved the Second Amendment to Agreement No. 16-6561 with Atkins North America, Inc. for CEI services during construction of the airfield safety improvements at the Marco Island Executive Airport, in the amount of $313,833, which included CEI services for the base bid only. On May 14, 2019 (Agenda Item 14A1), the Board approved the award of ITB No. 18-7366 for the Marco Airport Apron & Associated Safety Improvements project to Quality Enterprises USA, Inc. for construction of the base bid in the amount of $3,689,425, noting that one or more alternates included in that contract might be awarded at a future date if funding became available. The Airport Authority has received additional grant funding for Bid Alternate 1 and Bid Alternate 2, and desires to include these bid alternates in Construction Contract No. 18-7366 and add the associated CEI services to the Agreement No. 16-6561. Per the previously approved construction contract, construction costs for Bid Alternate 1 are $421,137.50, and the costs for Bid Alternate 2 are $200,227.50, totaling $621,365. The Airport Authority is requesting for the Board to authorize the County Manager or his designee, to execute a Change Order in the amount of $621,365 upon receiving revised payment and performance bonds from the Contractor that reflect the increased cost of the project. The associated CEI costs for Bid Alternate 1 are $20,990, and the costs for Bid Alternate 2 are $10,460. Description Base Bid Bid Alt 1 Bid Alt 2 Net Change Revised Total Construction $3,689,425.00 $421,137.50 $200,227.50 1 $621,365.00 $4,310,790.00 CEI Services $313,833.00 $20,990.00 $10,460.00 $31,450.00 $345,283.00 FISCAL IMPACT: Funds for bid alternate 1 and bid alternate 2 are available in Airport Grant Fund (498) and Airport Match Fund (499), Grant Project 33484. Source of funding is FAA and FDOT grant funds and associated match funds transferred from Airport Capital Fund (496). GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -JAK RECOMMENDATION: To approve and authorize the Chairman to execute the attached Fourth Packet Pg. 2222 16.G.1 11/12/2019 Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Terminal," with Atkins North America, Inc., in the amount of $31,450, , increasing the amount for CEI services associated with the airfield safety improvements at MKY from $313,833 to $345,283, and to approve the inclusion of Bid Alternates 1 and 2 in Quality Enterprises USA Inc. Contract No. 18-7366 increasing the amount of the award by $621,365 from $3,689,425 to $4,310,790 and authorize the County Manager or his designee to execute a Change Order for that increase to Contract No. 18-7366. Prepared by: Justin Lobb, Airports Manager, Airport Authority ATTACHMENT(S) 1. 16-6561 Atkins North America Amend#4 VendorSigned (PDF) 2. 16-6561 AtkinsNorthAmerica Amend#2_Contract (PDF) 3. 18-7366 QualityEnterprisesUSA Contract (PDF) 4. 16-6561Atkins_Contract_20161019161840.665 X (PDF) 5. Atkins Amendment 1_Contract #16-6561 (PDF) 6. MKY Terminal Services 16-6561 Third Amendment - Atkins North America - 07092019 Item 16G2 (PDF) Packet Pg. 2223 FOURTH AMENDMENT TO AGREEMENT #16-6561 FOR "DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL" THIS FOURTH AMENDMENT, made and entered into on this day of wer&RT� 2019, by and between Atkins North America Inc., authorized to do business in the State of Florida, whose business address 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607, (the "Consultant") and Collier County, a political subdivision of the State of Florida, (the "County") (collectively, the "Parties"). WHEREAS, on September 27, 2016 (Agenda Item 14.A.1), the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal" (which included the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2) with an initial contract award of $1,209,298; and WHEREAS, on March 13, 2018, (Agenda Item 16.G.2), the Board approved Amendment 1 to the Agreement to obtain engineering and inspection services during construction concerning the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1) in the amount of $919,673.50; and WHEREAS, on May 14, 2019, (Agenda Item 16.G.2), the Board approved Amendment 2 to the Agreement to incorporate Post Design and Inspection Services for the Base Bid, as originally contemplated in Request for Proposal #16-6561, for the Apron Expansion and Airfield Safety Improvements — Part 2 in the amount of $313,833; and WHEREAS, on July 9, 2019 (Agenda Item 16.G.2), the Board approved Amendment 3 to extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $211,976 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1); and WHEREAS, the parties desire to further amend the Agreement to include Post Design and Inspection Services for Bid Alternate 1 and Bid Alternate 2, as originally contemplated in Request for Proposal#16-6561, for the Apron Expansion and Airfield Safety Improvements — Part 2 in the amount of $31,450, increasing the total amount for Post Design and Inspection Services for the Apron Expansion and Airfield Safety Improvements — Part 2 from $313,833 to $345,2830 NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the parties as follows: 1. The fees for Bid Alternate 1 and Bid Alternate 2 shall be in accordance with the amended Schedule B1-2, attached hereto and incorporated into the Agreement. Page 1 of 5 Forth Amendment to Agreement #16-6561 O A O All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. Crystal K. Kinzel,Clerk of Courts & Comptroller ro j' . ,s,p Nit ras 1t 15i'rmah'�`�r ure onlyi�, Consultant's First Witness: By: Print Name Consultant's Second Witness: By: Print Name App Jeffrey A and legality: County Attorney BOARD OF COUNTY COMMISSIONERS OF COLLIER C0.U4T L. FLORIDA By: rk Wi}fi`i'am L. McDaniel, Jr., Chairman CONSULTANT: Atkins North America Inc. Darin R. Larson, Vice President Print Name and Title Page 2 of 5 Forth Amendment to Agreement #16-6561 O 0 Fourth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE B1-2 BASIS OF COMPENSATION Construction Phase Services for Apron Expansion and Airfield Safety Improvements- Part 2 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. Tasks Description Lump Sum Base Bid Lump Sum Bid Alt 1 Lump Sum Bid Alt 2 Net Change Revised Lump Sum 1 Project Administration and Coordination $21,520 $2,710 $490 $3,200 $24,720 2 Weekly Construction meetings and Site Visits $19,990 $1,125 $820 $1,945 $21,935 3 Permitting Required Revisions $9,360 $630 $550 $1,180 $10,540 4 Shop Drawing Review $16,690 $1,235 $920 $2,155 $18,845 5 Responses to Contractor RFI's $14,970 $1,100 $920 $2,020 $16,990 6 Contractor Applications for Payment $7,390 $700 $620 $1,320 $8,710 7 RPR Services $120,800 $5,860 $2,200 $8,060 $128,860 8 DBE and Wage Rate Monitoring and Compliance $2,560 $160 $80 $240 $2800 8 FAA/DOT/County Coordination and Grant Management $2,100 $295 $215 $510 $2,610 9 Preparation of Closeout and Record Docs $14,990 $2,125 $1,120 $3,245 $18,235 11 MEP and Site Electrical AVCON - DBE $28,988 N/A N/A $0 $28,988 12 QA Testing GFA) $32,675 $2,200 $1,100 $3,300 $35,975 13 Reimbursable Costs $21,800 $2,850 $1,425 $4,275 $26,075 GRAND TOTAL FEE $313,833 $20,990 $10,460 $31,450 $345,283 Page 3 of 5 Forth Amendment to Agreement #16-6561 ■ B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 13 .3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work doneI no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. Page 4 of 5 Forth Amendment to Agreement #16-6561 0 B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. 1:5.3.4.1 Reimbursable Expenses must comply with §112.0611 Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 5 of 5 Forth Amendment to Agreement #16-6561 �"� ; 16.G.1 01/28/2020 EXECUTIVE SUMMARY Recommendation to approve to the Fifth Amendment to Agreement No. 16-6561, "Design Services for Marco Executive Airport Terminal," with Atkins North America, Inc., to extend the schedule an additional one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $147,162 for engineering services during construction. OBJECTIVE: To maintain engineering and inspection services throughout the duration of the construction of the new general aviation terminal and associated infrastructure at the Marco Island Executive Airport ("MKY"). CONSIDERATIONS: On April 5, 2016, staff issued Request For Proposal No. 16-6561 in accordance with Florida Statute 287.055, the Consultant's Competitive Negotiation Act, to select an engineering firm for the design, permitting, bidding, construction engineering and inspection services for a new general aviation terminal and associated improvements at MKY. On September 27, 2016 (Agenda Item 14A1), the Board awarded Agreement No. 16-6561 (the "Agreement") to Atkins North America, Inc. (hereafter, "Atkins"). On March 13, 2018 (Agenda Item 16G2), the Board approved the First Amendment to the Agreement for construction engineering and inspection ("CEI") services necessary to support various landside construction elements of this project. On May 14, 2019 (Agenda Item 16G2), the Board approved the Second Amendment to the Agreement for CEI services necessary to support construction of the airside improvements. On July 9, 2019 (Agenda Item 16G2), the Board approved the Third Amendment to the Agreement to extend the schedule one hundred eighty (180) days and increase the fee associated with the extended schedule for CEI services associated with the landside improvements. On November 12, 2019 (Agenda Item 16G1), the Board approved the Fourth Amendment to the Agreement to add CEI services associated with Bid Alternates 1 and 2 for the airside improvements. Although the County is working with its contractor, West Construction, Inc. (Agreement No. 18-7240, approved by the Board on February 13, 2018, Agenda Item 14A1) to accelerate construction activities while mitigating further delays, construction of the terminal continues to fall further behind schedule due to circumstances beyond the County and engineer's control. The approval of this Fifth Amendment to the Agreement is necessary to maintain the proper CEI services in place for the duration of construction and allow for the payment of the proportionate fees commensurate with providing these services during the extended schedule. This amendment extends the schedule an additional one hundred eighty (180) days to August 4, 2020 and increases the agreement $147,162.00 from $1,131,649.50 to 1,278,811.50, or an increase of 13%, which equates to approximately $817.57 per day of extended services, whereas the original scope and fee for CEI services equated to approximately $1,896.23 per day. Therefore, the added cost is fair and reasonable, as Atkins and the County's project management staff have employed a conservative, yet responsible approach to ensuring the project is administered successfully in accordance with the approved plans and specifications. FISCAL IMPACT: Funds in the amount of $147,162, to cover these necessary unforeseen incremental costs, are available in Airport Capital Fund 496, Project 33484. Ultimately, it is expected that such incremental costs will be recovered through liquidated damages the County is entitled to assess against Packet Pg. 2000 16.G.1 O1/28/2020 West Construction, Inc. in accordance with the terms of the Agreement. GROWTH IMPACT: There is no growth impact associated with this Executive Summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the Fifth Amendment to Agreement No. 16-6561 with Atkins North America, Inc., to extend the schedule one hundred eighty (180) days, increase the Agreement $147,162 from $1,131,649.50 to $1,278,811.50, and authorize the Chairman to sign the attached Amendment. Prepared by: Justin Lobb, Airport Manager, Airport Authority ATTACHMENT(S) 1. #16-6561 Atkins North America Inc Contract (PDF) 2. Fifth Amendment Airport Terminal (PDF) 3. #16-6561 Atkins Amendment 1 (PDF) 4. #16-6561 Atkins Amendment 2 (PDF) 5. #16-6561 Atkins Amendment 3 (PDF) 6. #16-6561 Atkins Amendment 4 (PDF) Packet Pg. 2001 FIFTH AMENDMENT TO AGREEMENT 416-6561 FOR "DESIGN SERVICES FOR MARCO EXECUTIVE AIRPORT TERMINAL" THIS FIFTH AMENDMENT, made and entered into on this day of QyAkjaf 2020, by and between Atkins North America, Inc., authorized to do business in the State of Florida, whose business address is 4030 West Boy Scout Boulevard, Suite 700, Tampa, FL 33607 (the "Consultant"), and Collier County, a political subdivision of the State of Florida (the "County")(collectively, the "Parties"). WHEREAS, on September 27, 2016 (Agenda Item 14.A.1), the County entered into an Agreement with Consultant to obtain professional design services concerning the "Design Services for Marco Executive Airport Terminal," which included the New Terminal Facility and Associated Landside Improvements — Part 1 and the Apron Expansion and Airfield Safety Improvements — Part 2, with a contract award in the amount of $1,209,298; and WHEREAS, on March 13, 2018 (Agenda Item 16.G.2), the Board approved Amendment 1 to the Agreement to obtain engineering and inspection services during construction concerning the it Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1) in the amount of $919,673.50; and WHEREAS, on May 14, 2019 (Agenda Item 16.G.2), the Board approved Amendment 2 to the Agreement to incorporate, Post Design and Inspection Services, as originally contemplated in Request for Proposal #16-6561, for the Apron Expansion and Airfield Safety Improvements — Part 2; and WHEREAS, on July 9, 2019 (Agenda Item 16.G.2), the Board approved Amendment 3 to the Agreement to extend the schedule one hundred eighty (180) days to coincide with construction and increase the fee associated with the extended schedule by $211,976 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1); and WHEREAS, on November 12, 2019 (Agenda Item 16.G.1), the Board approved Amendment 4 to the Agreement to add Post Design and Inspection Services for Bid Alternates 1 and 2 for the Apron Expansion and Airfield Safety Improvements — Part 1; and WHEREAS, the Parties desire to further amend the Agreement to extend the schedule an additional one hundred eighty (180) days to coincide with the extended construction schedule and increase the fee associated with the extended schedule by $147,162 for the "Design Services for Marco Executive Airport Terminal" (for New Terminal Facility and Associated Landside Improvements — Part 1). NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, it is agreed by the Parties as follows: Page 1 of 12 Fifth Amendment to Agreement #18-8561 "Design Services for the Marco Island F�cecutive Airport (MtCY) New Terminal" ,4f� 1. The additional services shall be provided in accordance with the attached Schedule Al-5 — Scope of Services, which is hereby incorporated into the Agreement. 2. The fees for the additional services outlined in Schedule A1-5 — Fee Schedule shall be in accordance with Schedule 61-5, attached hereto and incorporated into the Agreement. 3. Schedule 131-5 Project Milestone Schedule is attached hereto and incorporated into the Agreement. 4, Schedule F1-5 Key Personnel, Subconsultants and Subcontractors is attached hereto and incorporated into the Agreement. All other terms and conditions of the agreement shall remain in force. IN WITNESS WHEREOF, the Parties hereto, have each, respectively, by an authorized person or agent, have executed this Amendment on the date and year first written above. Crystal K. Kinzel, Clerk of Courts and Comptroller �h BY: 1�t`est as ai.::: signatu 0 Orly .tk Consultant's First Print Name ep'ty er Consultant's Second Witness: By: r rr Print Name to Sc�o t R. Tfrach Deputy County Attorney legality: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA • .- CONSULTANT: Atkins No h America c Darin R. Larson Vice President _ Print Name and Title Page 2 of 12 Fltlh Amendment to Agroemsnt g16.86147 "Design Servlcos for tho Marco IBland Exscullvo Airport (MKY) New Terminal" Amendment 5 to Contract #16-6561 "Design and Related Services for the Marco Island Executive Airport (MKY)" New Terminal Facility and Associated Landside Improvements SCHEDULE Al-5 SCOPE OF SERVICES This scope of services covers an additional six (6) months of construction phase services required for the New Terminal Facility and Associated Landside Improvements. Project Description Under task authorization Amendment 1 to Contract #16-6561, Atkins (CONSULTANT) drafted a scope of services to define the effort necessary to accomplish the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY. This task consisted of providing professional services for the administration and technical support during construction, and the preparation of closeout documents and record drawings. In addition, Atkins provided resident project representative (RPR) services for the majority of the construction contract duration. The contract documents allowed 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. At the end of April 2019, the 365 calendar days included in the contract with West Construction expired. Under task authorization Amendment 2 to Contract #16-6561, the CONSULTANT drafted a scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY through February 5, 2020. As of November 1, 2019, the project is approximately sixty (60) percent complete. At the request of the COUNTY, the CONSULTANT has drafted this scope of services to define the additional effort necessary to continue the Construction Phase Services for the New Terminal Facility and Associated Improvements at MKY for an additional six (6) months. This will consist of providing additional professional services for the administration and technical support during construction. In addition, Atkins will provide resident project representative (RPR) services for the majority of the additional six (6) months of construction. Scope For the purposes of scope definition and CONSULTANT fee development, the work has been divided into the following tasks. Any modifications and/or revisions to these tasks will constitute a change in the project scope and may require a revision to the compensation to be paid to the CONSULTANT. These tasks will begin once the COUNTY provides the CONSULTANT with a written Notice to Proceed. Task 1: Project Administration and Coordination This task involves the additional internal management of the contract including project bookkeeping, billing, and coordination with project stakeholders as required due to the time extension. The Project Manager (PM) will be readily available to the project team and the COUNTY to oversee necessary project related elements. The PM will keep the COUNTY Page 3 of 12 Fifth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" advised of the work progress, schedule, and anticipated review dates and coordinate necessary revisions. The PM will be the CONSULTANT's main point of contact and will be responsible for ensuring that the project's goals and objectives are met within the agreed upon schedule. Task 2: Weekly Construction Meetings and Site Visits Under this task, the CONSULTANT's Project Manager and/or appropriate technical leads will make additional visits to the site during construction as required due to the time extension. Such visits are not intended to be exhaustive in examining the Contractor's work in progress, but rather to provide a general observation of the work based on the Engineer's professional judgment. The CONSULTANT will review the Contractor's work as observed for general conformance with the Contract Documents. The CONSULTANT will not visit the site to direct or supervise the Contractor's work. Note that site visits may be coordinated to happen concurrently with regular project meetings, or they may be held at other times. Therefore, the design professional will not necessarily be represented at each of the weekly project meetings. For the purpose of scope definition, the following number of additional visits are anticipated by a technical lead from each discipline as required due to the time extension. • Project Manager — 26 • Civil/Site Engineer — 6 • Architect — 40 • Utility/Stormwater Engineer - 3 Task 3: Permit Required Revisions and Conformed Documents No additional effort associated with this amendment is required under for this Task. Task 4: Shop Drawing Review This task will include the CONSULTANT'a additional reviews of shop drawings submitted by the Contractor as stipulated in the Contract Documents. Amendment 1 included a maximum of three (3) reviews on each shop drawing or technical submittal times. Additional reviews beyond three (3) have been required on multiple submittals related to the terminal building and shall be eligible for additional compensation based on the scope of Amendment 1. Task 5: Responses to Contractor Requests for Information (RFI's) Under this task, the CONSULTANT wilt prepare additional technical responses to the questions submitted by the Contractor in the format of a Request for Information (RFI) as required due to the time extension. Task 6: Contractor Applications for Payment and Project Delays Based on the CONSULTANT's on -site observations as an experienced and qualified design professional, on information provided by the RPR, and on review of applications for payment and accompanying data and schedules, the CONSULTANT and/or RPR shall approve the amounts owed to the Contractor(s) based on the Contractor's additional monthly pay requests as required due to the time extension. Page 4 of 12 Fifth Amendment to Agreement #15-5561 "Design Services for the Marco Island Executive Airport (MKY� New Terminal" The CONSULTANT shall also review Contractor claims for Contract time extensions submitted by the Contractor and shall recommend or deny acceptance to the Owner. Such claims shall be submitted within fourteen (14) days of the date(s) of the requested delay for consideration by the CONSULTANT or the claim will be considered null and void and will not be reviewed. Task 7: Resident Project Representative (RPR) Services Under this task, the CONSULTANT will continue to provide on -site Resident Project Representative (RPR) services for the Project as required due to the time extension. The RPR shall serve as the liaison between the COUNTY, the CONTRACTOR, and the CONSULTANT team throughout the project. The foremost duty of the RPR is to observe construction for general conformance with the Contract Documents. The RPR will be responsible for reporting to the Project Manager, Engineer, Architect, Airport, and/or COUNTY when observing work that is unsatisfactory, faulty, defective, or does not conform to the Contract Documents, The RPR will be responsible for rejecting such work as agreed upon with the COUNTY and the CONSULTANT. The duties of the RPR will include: • collect and log shop drawings, RFI's, RFC's, pay requests, correspondence, etc. • inspect and monitor Contractor activities • maintain a daily construction log • attend weekly progress meetings • review and approve Contractor's pay requests take project progress photographs • monitor Contractor's Quality Control Plan • administrate Change Orders as necessary • organize, prepare for, and lead the substantial completion and final inspections • create the Contractor's punch list of unfinished items • verify the Contractor's completion of the punch list • collect the Contractor's as -built information • prepare the final closeout documentation • certify the completion of the project to general conformance with the Contract Documents The Resident Project Representative shall have limited authority on site as follows: • Shall not authorize any deviation from the construction Contract Documents or substitution of materials of equipment. • Shall not exceed limitations of Owner or design professional as set forth in the construction Contract Documents. • Shall not undertake any of the responsibilities of the Contractors, subcontractors, or Contractor's superintendents. • Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the construction Contract Documents. • Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Contractor's work. Page 5 of 12 Fifth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MtCY) New Terminal" • Shall not accept shop drawings or sample submittals from anyone other than the Contractor. • Shall not authorize the Owner to occupy the Project in whole or in part. • Shall not participate in specialized field or laboratory tests or inspections conducted by others except as specifically authorized. The contract documents allow 320 calendar days from notice to proceed to substantial completion of construction plus an additional 45 calendar days for project closeout. The additional RPR efforts required beyond the 365 calendar days for the six (6) month extension equates to 26 weeks of contract time. To best serve the project, it is assumed that there will be two (2) RPR's required: one for vertical construction and the other for site work. It is assumed that there will be one (1) part-time (2.5 days per week) site RPR on site through the duration of the contract. An additional inspector may be required on -site during peak construction activities including, but not limited to, extended paving operations and night work. Typically, only one site RPR will be on -site at a time. It is assumed that there will be one (1) part-time (1.5 days per week) vertical RPR on site through the duration of the contract. Actual time on site may, vary from week to week based on the Contractor's work schedule. Task 8: FDOT/COUNTY Coordination and Grant Management The CONSULTANT will assist the COUNTY on coordination with the various agencies on project funding grant terms, conditions, and assurances and other related coordination items as required due to the time extension. Task 9: Preparation of Closeout and Record Documents No additional effort associated with this amendment is required under for this Task. BASIC ASSUMPTIONS The following is a list of assumptions forming the basis of the CONSULTANT's cost proposal for providing the services detailed in the Scope of Services for this project. Any modification and/or revision to these basic assumptions will constitute a change in the project scope and may result in a revision to the CONSULTANT's cost proposal. 1. The scope and assumptions as generally defined within Amendment 1 to Contract #16-6561 shall remain in effect unless specifically modified herein. 2. This scope of services does not include preparation for or testimony during any mediation or gation which might arise from disputes between the Owner and Contractor. Such preparation for or testimony during litigation or mediation, should it be necessary, shall be considered outside the scope of this contract. Page 6 of 12 F'dth Amendment to Agreement #16.65t;1 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" CAQ Fifth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" SCHEDULE B1-5 BASIS OF COMPENSATION Construction Phase Services for New Terminal Facility and Associated Landside Improvements 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. Tasks Description Lump Sum 1 Project Administration and Coordination $221440.00 2 Weekly Construction Meetin s and Site Visits $441060.00 3 Permitting Required Revisions & Conformed Documents - 4 Shop Drawing Review $21520.00 5 Responses to Contractor RFI's $121320.00 6 Contractor Applications for Payment and Project Delays $7,020000 7 RPR Services $501120.00 8 FAA/DOT/County Coordination and Grant Management $61340.00 9 Preparation of Closeout and Record Docs - 10 QA Testing- 11 Reimbursable Costs 2,342.00 GRAND TOTAL FEE $147,162 B.2.2 Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. B.2.2.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Page 7 of 12 Fifth Amendment to Agreement #16-6561 "Design Servicesfor the Merco Island F�cecutive Airport (MICY� New Terminal" CA O B.2.3. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.4. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.5. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF !-'AYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. Page 8 of 12 Fifth Amendment to Agreement #16.6561 "Design Services for the Marco Island Executive Airport (MKYj New Terminal" Cat.) B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §1120061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 9 of 12 Fifth Amendment to Agreement #16.5561 "Design Services for the Marco (stand Executive Airport (MKY) New Terminal" SCHEDULE B1-5 — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE .Tlfle Hourly Rate Principal $225 Senior Project Mana er $185 Project Manager $165 Senior Engineer $135 Engineer $100 Senior Inspector $110 Inspector $90 Senior Planner $145 Planner $105 Senior Designer $115 Designer $80 Environmental Specialist $115 Senior Environmental Specialist $135 Scientist/Geologist $95 Senior Scientist/Geologist $115 Senior GIS Specialist $135 GIS Specialist $105 Clerical/Administrative $80 Senior Technician $105 Technician $80 Surveyor and Mapper $135 CADD Technician $80 Survey Crew - 2 man $155 Survey172 Crew - 3 man $ Surve Crew - 4 man 08 $208 Senior Architect $1 0 Architect $110 Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the Parties. Page 10 of 12 Fifth Amendment to Agreement �16-6561 "Design Services for the Marco Island Executive Airport (M{CY) New Terminal" C�t0 SCHEDULE C1-5 PROJECT MILESTONE SCHEDULE New Terminal Facility and Associated Landside Improvements — Part 1 1 � Project Administration and Coordination 2 Weekly Construction meetings and Site 180 Visits 3 Permitting Required Revisions and 180 Conformed Documents 4 Shop Drawing Review 180 5 � Responses to Contractor RFI's � 180 6 � Contractor Applications for Payment and � 180 7 � RPR Services � 180 8 I FAA/DOT/County Coordination and Grant I 180 Management 9 1 Preparation of Closeout and Record Docs ( 180 10 � QA Testing ( 180 Page 11 of 12 Fifth Amendment to Agreement #16-6561 "Design Services for the Marco Island Executive Airport (MKY) New Terminal" ���� SCHEDULE F1-5 KEY PERSONNEL New Terminal Facility and Associated Landside Improvements — Part 1 Name Personnel Cateaory Percentage of Time Darin Larson Principal 10% Kevin McCauleySenior Project Manager 40% Thomas Roda Senior Engineer IV 10% Fleet Wulf Senior Engineer III 15% Ivan Urdaneta Senior Engineer II 20% William Bowdoin Senior Engineer 1 20% Adanna R ce Engineer II 30% Ahmed Aslheer CADD Technician 20% TBD Senior Inspector 60% TBD Inspector 5% Scotty Bakowski Clerical/Administrative 10% Gary Krueger Senior Architect 30% Somer S encer Architect 20% Page 12 of 12 Filth Amendment to Agreement #16-6561 "Design Services forthe Marco Island Executive Airport (MFCY) New Terminal" C�� CERTIFICATE OF LIABILITY INSURANCE 16.G.5.h DATE( 04/28/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE! BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement oI this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MARSH USA, INC. NAME: PHOTWO ALLIANCE CENTER A/C,(FAX, Ext : A/C No), 3560 LENOX ROAD, SUITE 2400 E-MAIL ATLANTA,GA 30326 ADDRESS: CN 1 02421774-Atkin-GAWE-19-20 INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 INSURER(S) AFFORDING COVERAGE NAIC # NOC INSURER A: Zurich American Insurance Company 16535 INSURER B : American Guarantee & Liability Ins Co 26247 INSURER C : National Union Fire Ins Co. of Pittsburgh PA 19445 INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER: ATL-005006828-08 REVISION NUMBER: 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO1 INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI; CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM£ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GLO0137576-05 10/15/2019 10/15/2020 EACH OCCURRENCE $ 2,000 CLAIMS -MADE � OCCUR DAMAGE TO PREMISESa RENTED ('a )$ 1,000 MED EXP (Any one person) $ 50 PERSONAL & ADV INJURY $ 2,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000 POLICY ❑ PRO- P ❑ LOC X PRODUCTS - COMP/OP AGG $ 4,000 $ OTHER: A AUTOMOBILE LIABILITY BAP013757505 10/15/2019 10/15/2020 COMBINED SINGLE LIMIT Ea accident $ 2,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY X UMBRELLA LIAB X OCCUR AUC 9304209-17 10/15/2019 10/15/2020 EACH OCCURRENCE $ 1,000 AGGREGATE $ 1,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑N (Mandatory in NH) N/A WC013757705 10/15/2019 10/15/2020 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000 E.L. DISEASE - EA EMPLOYEE $ 1,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000 C Professional Liability 15808715 04/30/2020 04/30/2021 Limit: Per Claim 1,00C (claims made policy) (See additional page) Annual Aggregate: 1,00C DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: RPS No. 16-6561; Design Services for Marco Executive Airport Terminal, "For Any and All work performed on behalf of Collier County" Collier County Government, Collier County Florida, Collier County, Board of County Commissioners is/are included as additional insured where required by written contract with respect to general liability and auto liability coverages. Waiver of subrogation is applicable where required by written contract and subject to policy terms and conditions. This insurance is primary and non-contributory over any existing insurance aI limited to liability arising out of the operations of the named insured subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED II ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee _1VL0-u0o" ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Packet Pg. 2862 AGENCY CUSTOMER ID: CN102421774 16.G.5.h ,CORE) AGENCY MARSH USA, INC. POLICY NUMBER CARRIER LOC #: Atlanta ADDITIONAL REMARKS SCHEDULE NAMED INSURED Atkins North America, Inc. 4030 West Boy Scout Blvd., Ste 700 Tampa, FL 33607 NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate Of Liability Insurance Page 2 of Professional Liability: 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. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg. 2863 16.G.5.h Blanket Notification to Others of Cancellation or Non -Renewal 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Po[. Eff. Date of End. Producer No. Add`I. Prem Return Prem. BAP0137575-05 10/1512019 10/15/2020 10/15/2019 28235000 $- - THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U-CA-832-A Cw (01113) Includes copyrighted material of Insurance Services Office, Inc., with its permission. I Packet Pg. 2864 16.G.5.h Blanket Notification to Others of Cancellation or Non -Renewal 0 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Poi. Eff. Date of End. Producer No. Add'l. Prern Return Prem. GLO 0137576-05 10/15/2019 10/15/2020 10/15/2019 28235000 $- $- THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non -renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non -renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non -renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non -renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non -renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non -renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non -renewal date; 2. Negate the cancellation or non -renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1521-A CVV (1Oil 2) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Packet Pg. 2865 16.G.5.h WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX CONDITIONS WC 99 06 33 A. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below. Notification to such person or organization will be provided at least 10 days prior to the effective date of the cancellation, as advised in our notice to you, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this policy by written notice to you for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s)1 Number of Days Notice: Or anization s : ANY PERSON OR ORGANIZATION TO WHOM OR TO WHICH YOU ARE REQUIRED TO PROVIDE NOTICE 30 OF CANCELLATION IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 10/15/2019 Policy No.: WC-0137577-05 Insured: Atkins North America. Inc. Insurance Company: Zurich American Insurance Company Endorsement No. Premium $ WC 99 06 33 (Ed. 05-10) Includes copyrighted material of National Council on Compensation Insurance, Inc. with its permission. Packet Pg. 2866