Loading...
Agenda 08/25/2020 Item #16A1 (09/08/2020 Item #16F1L for 08/25/2020 Absentia)16.A.1 08/25/2020 EXECUTIVE SUMMARY Recommendation to approve the ranking of professional engineering consultants for Request for Professional Services ("RPS") No. 20-7713R, "Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility," and to authorize staff to begin contract negotiations with the top -ranked firm, GHD Services, Inc. (Project Number 60143). OBJECTIVE: To obtain professional engineering services for the design and permitting of stormwater facilities, stormwater treatment facilities, and roadway and adjacent pathway facilities for the Lake Trafford Stormwater Improvements and Water Treatment Facility projects. CONSIDERATIONS: On January 24, 2020, the Collier County Growth Management Department, through its Stormwater Management Section of the Capital Project Planning, Impact Fees and Program Management Division, issued RPS No. 20-7713 and requested proposals to provide engineering design services for the Lake Trafford Stormwater Improvement and Water Treatment Facility project. The County notified 31,656 consulting firms and one hundred seventy-four (174) firms viewed the solicitation. Staff received one proposal by the March 6, 2020 deadline. To comply with the competitive requirements of the Consultant's Competitive Negotiations Act, Fla. Stats. § 287.055, staff re -solicited the RPS. On April 9, 2020, the County notified 32,744 consulting firms of the RPS. One hundred nine (109) firms viewed the solicitation and the County received five proposals by the May 18, 2020 deadline. On July 8, 2020, a selection committee reviewed the proposals and ranked and selected four (4) firms to make the step 2 oral presentations. On August 11, 2020, the selection committee reconvened for the oral presentations, which resulted in a ranking that produced a three-way tie. Staff conducted the tie breaking procedure per the County's Procurement Ordinance, resulting in the following final recommended ranking: Name of Firm Selection Committee Final Rank GHD Services, Inc. 1 Robau and Associates, LLC 2 AIM Engineering and Surveying, Inc. 3 J.R. Evans Engineering, P.A. 4 Staff requests that the Board approve the selection committee's final ranking and authorize staff to begin contract negotiations with the top ranked firm, GHD Services, Inc., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in the above ranked order. Approval of this item by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this item shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, funding for the future contract (subject to Board approval at a subsequent meeting) is budgeted in Stormwater Capital Fund (325), Project 60143. Source of funding is ad valorem taxes. Packet Pg. 5 08/25/2020 16.A.1 Approval of this item will not result in operational and maintenance costs. However, the subsequent design and construction contracts, subject to the Board's final approval at later meetings, are considered operational and maintenance costs for the stormwater facilities. GROWTH MANAGEMENT IMPACT: The project is consistent with the applicable sections of the Stormwater Management and Conservation and Coastal Management elements of the Collier County Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the ranking of professional engineering consulting firms for RPS No. 20-7713R, and direct staff to begin contract negotiations with the top -ranked firm, GHD Services, Inc., as recommended above, so that staff can bring a negotiated agreement back to the Board at a future meeting. Prepared by: Robert Wiley, Principal Project Manager, Stormwater Management Section, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1.20-7713R Solicitation (PDF) 2.20-7713R NORA (PDF) 3. [Linked] GHD Proposal_Collier County_Solicitation 20-7713R (PDF) 4.20-7713R Final Ranking (PDF) Packet Pg. 6 16.A.1 08/25/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.1 Doe ID: 13321 Item Summary: Recommendation to approve the ranking of professional engineering consultants for Request for Professional Services ("RPS") No. 20-7713, "Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility," and to authorize staff to begin contract negotiations with the top -ranked firm, GHD Services, Inc. (Project Number 60143). Meeting Date: 08/25/2020 Prepared by: Title: Project Manager, Principal — Capital Project Planning, Impact Fees, and Program Management Name: Robert Wiley 08/20/2020 4:42 PM Submitted by: Title: Division Director - IF, CPP & PM — Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 08/20/2020 4:42 PM Approved By: Review: Capital Project Planning, Impact Fees, and Program Management Amy Patterson Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Sandra Herrera Additional Reviewer Growth Management Operations Support Christopher Johnson Growth Management Department Lisa Taylor Additional Reviewer Growth Management Department Jeanne Marcella Level 1 Reviewer Growth Management Department Jeanne Marcella Department Head Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Zautcke Additional Reviewer County Manager's Office Leo E. Ochs Level 4 County Manager Review Board of County Commissioners MaryJo Brock Meeting Pending Additional Reviewer Completed Completed 08/21/2020 2:21 PM Completed 08/21/2020 2:25 PM Additional Reviewer Completed Completed 08/24/2020 6:24 AM Completed 08/25/2020 7:32 AM Completed 08/25/2020 7:33 AM Completed 08/25/2020 8:17 AM Completed 08/25/2020 8:20 AM Completed 08/25/2020 8:23 AM Completed 08/25/2020 10:51 AM Completed 08/25/2020 12:48 PM 08/25/2020 9:00 AM Packet Pg. 7 16.A.1.a collier county Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility RPS NO.: 20-7713 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.boyle@colliercountyfl.gov (Email) N M M r This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 8 SOLICITATION PUBLIC NOTICE 16.A.1.a REQUEST FOR PROFESSINAL 20-7713 SERVICES (RPS) NUMBER: PROJECT TITLE: Lake Trafford Stormwater Improvements and Water Treatment Facility RPS OPENING DAY/DATE/TIME: May 11', 2020 at 3:OOPM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: httDs://www.bidsvnc.com/bidsvnc-cas/ INTRODUCTION As requested by the Stormwater Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The Immokalee community is an urban area surrounded by agricultural lands, located in north central Collier County. Stormwater flooding in the community can be severe during large rainfall events due to inadequate drainage in many areas. The existing stormwater system — primarily an old open swale and ditch system — consistently gets blocked with trash and other debris, impeding the flow of stormwater through existing drainage structures. The South Florida Water Management District and Collier County partnered to prepare the Immokalee Stormwater Master Plan (2005 SWMP) in response to flooding and other related concerns. The development of this Stormwater Master Plan included an analysis of the community's needs, data collection, hydrologic and hydraulic modeling, water quality analysis, evaluation of alternative solutions, preliminary cost estimates and development of recommended alternatives; six (6) project areas were identified for improvements, including the proposed stormwater improvements along Lake Trafford Road. Since the development of the 2005 SWMP, several stormwater improvement projects have been completed in the community, including two (2) projects from the 2005 Stormwater Master Plan. In 2009, the Immokalee Community Redevelopment Agency (CRA) staff contracted with a consulting firm to update and prioritize the projects in the SWMP; a draft document was prepared but not finalized. In 2015, the County's Stormwater Management Section staff assumed the responsibility for completing the update of the Stormwater Master Plan and renamed the document the Immokalee Stormwater Improvement Program (ImmSIP) to avoid confusion with previously developed documents. Nine (9) stormwater projects have been developed in this Program. The County's Stormwater Section staff has worked closely with the Immokalee CRA/MSTU Board and staff, and community, to prioritize the projects in the ImmSIP. The priority project for the community is the Lake Trafford Road west end improvements. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. c 0 M 0 Cn M T ti ti 0 N c d E t c� r Q Packet Pg. 9 The selected consultant(s) shall have the capability to simultaneously design and permit two nearby stormwater projects briefly described as follows. • Design the roadside drainage system improvements for the west end of Lake Trafford Road in Immokalee, including a stormwater quality treatment pond on the downstream end of the improvements; and, provide the design for a future sidewalk/pathway option along the north side of Lake Trafford Road, beginning immediately west of Little League Road to Tippins Terrace; and, • Provide the design for stormwater treatment ponds on a County -owned parcel in the Arrowhead Development, located on the west side of Carson Road and south of Lake Trafford Road. The selected consultant(s) will demonstrate abilities to perform storm sewer/culvert design, sidewalk/pathway design, local roadway reconstruction design, and stormwater quality treatment pond design with an emphasis on • nutrient load reduction, • peak storm attenuation/distribution, • stormwater culvert and pond inlet structure design, • pond outfall structure/spreader design for sheetflow onto natural ground, • surface water pumping station design, • littoral and other water quality treatment planting design, • litter and other floating pollutants removal design (utilizing effective but non -labor intensive methods), • vegetation and sediment maintenance design, and • water quality monitoring station design. The selected consultant(s) will demonstrate abilities to successfully complete • environmental permitting through Federal, State and local agencies, • local zoning and development order requirements, • bidding assistance and construction -related support services. The County is interested in contracting with a qualified engineering design firm to develop and design stormwater improvements for two (2) separate but nearby projects. 1. The west end of Lake Trafford Road: r_ a. Design the enclosure of the existing ditch with a 36" diameter or larger stormwater pipe on the north side of Lake z Trafford Road, between Little League Road and Tippins Terrace; c b. Design a culvert crossing under Lake Trafford Road to direct flow from the north side of Lake Trafford Road to the south side of Lake Trafford Road with discharge into a new water quality treatment pond; > c. Design a water quality treatment pond on the downstream end of the new stormwater culvert crossing under Lake n Trafford Road; Q d. Design improvements needed to an existing pond west of Tippins Terrace to allow it to function as a water quality treatment facility; and, N e. Design a pathway over the top of the enclosed ditch on the north side of Lake Trafford Road, in compliance with M County code requirements. 2. Arrowhead Phase 1 Tract 3 Stormwater Treatment Facility: a. Develop and design a stormwater treatment facility anticipated to consist of one or more ponds on the County - owned Tract 3 in the Arrowhead Development, located on the west side of Carson Road near the junction with :° Immokalee Drive. This stormwater treatment facility will be designed to intercept and treat existing and future 2 stormwater flows within the Carson Road and Immokalee Drive area, including future stormwater flows along Cn Lake Trafford Road between Carson Road and SR-29. The discharge from this facility will sheetflow into preserved wetlands to the south. M b. Design a surface water pumping system to withdraw water from the Immokalee slough to the south and discharge ti it into the Tract 3 Stormwater Treatment Facility to keep the wetland vegetation viable and health whenever there N is insufficient inflow of stormwater from the north. c. Design an efficient, non -labor intensive maintenance management system for the Tract 3 Stormwater Treatment d Facility to handle the anticipated heavy loading of trash and other debris. t U The submitted proposal will clearly demonstrate the Consultant's ability to provide design and project management assistance that Q may consist of, but is not limited to, the following: • Preliminary Design Packet Pg. 10 16.A.1.a Design o Land surveying o Surface and subsurface locations and investigations of surface and underground utilities o Geotechnical surveys o Design and construction plans and report preparation Regulatory agency permitting, including environmental permitting, requiring mitigation Post -design services o related to bidding o related to construction [THE FOLLOWING TASKS IDENTIFY TYPICAL WORK REQUIREMENTS THAT WOULD BE PART OF A DESIGN CONTRACT, SO THE PROPOSAL SHOULD INCLUDE INFORMATION THAT DEMONSTRATES THE CONSULTANT'S ABILITY TO ADDRESS THEM] Task 1 — Project Management The proposal will identify the Consultant's project management involvement with the County to include at least the following: 1.01 Project Review Meetings: The proposal will demonstrate the consultant's ability to schedule and attend progress meetings with County and Community representatives, as requested by the County's Project Manager. • These review meetings will extend throughout the project design phase to keep the County and Community informed of the Project progress, to make certain that the consultant is productively conducting its services and to obtain input and direction as required for outstanding project issues. Meeting objectives will be to provide progress updates and reach decisions on pertinent issues relative to the specific topics being addressed. • It is anticipated that the consultant will prepare for and attend project review meetings, and distribute agendas and minutes for each meeting Task 2 — Preliminary Design The proposal will identify the consultant's conceptual thoughts on developing a design for the stormwater system, including water quality treatment ponds with optional pumping system. Should the proposed design include the use of innovative technologies, consultant shall retain experts with expertise in using proposed technologies. Task 3 — Design The proposal will identify the consultant's abilities and experience in the design of stormwater systems and innovative pond design. The proposal will describe activities and provide examples that include, but not be limited to, the following: 3.01 Survey: The proposal will demonstrate the consultant's ability to provide land surveying services for Project design to include, but not be limited to, the following: 3.01. A Research the public records for plats, deeds, and right-of-way maps to compile a horizontal control search map for the field crew to utilize. Locate with Global Position System (GPS) and traditional field surveying methods existing permanent reference monuments, right-of-way control monuments, abutting property corners and section corners along the proposed stormwater system improvement routes to establish horizontal control for the Project. Horizontal survey datum will be NAD 1983. 3.01. B Set survey baselines in relation to the survey control found in Item 3.01.A above. 3.01.0 Establish vertical control by running a level loop along the Project baselines, setting a benchmark at intervals not exceeding five hundred (500) feet distance. The benchmarks will be located so as to not be impacted by construction of the Project's components. Vertical datum will be NAVD 1988. 3.01. D Utilize the Sunshine State One -Call System to have the existing utilities located and to determine utility ownership (water, wastewater, gas, oil, electric, telephone, cable, , etc.) prior to performing any field survey location efforts. 3.01. E Infrastructure Location — locate existing features to include, but not be limited to, the following: • Property boundaries, rights -of -way and easements • All utilities (visible and below ground including water, gas, electric, telephone, cable, force mains, etc.) including manholes, valve covers, meter boxes, power poles, lines, pipe lines, including invert elevations where applicable. c 0 M .r .2 0 Cn M T ti 0 N c d E t c� r Q Packet Pg. 11 16.A.1.a • All stormwater facilities including swales, culverts, pipe ends, storm drains, inlets, including invert elevati where applicable. • Edge of pavement and driveways • Fences/bollards • Trees and shrubs (within or overhanging the rights -of -way or easements) • Landscaping (code considerations) and irrigation facilities • Buildings 3.02Geotechnical: The proposal will demonstrate the consultant's (or identified sub -consultant's) ability to provide geotechnical investigations and analyses necessary for the design and preparation of construction plans for this Project. A report shall be prepared with recommendations and pertinent soils data, including the water table and rock depths, and shall be submitted to the County for its record. The geotechnical investigations and analyses will include, but not be limited to, the following: 3.02. A Field Operations — To define subsurface soil and groundwater conditions in the areas proposed for the water quality treatment ponds. The consultant/sub-consultant will perform the following: • Mobilize drilling crew and equipment to perform Standard Penetration Test (SPT) borings advanced to a depth of at least twenty (20) feet. Borings will be spaced as mutually determined by consultant and County. • Locate borings as close as reasonably feasible to the proposed pond site locations. Coordinate with all underground utility companies before drilling. 3.02. B Laboratory Analysis — Representative samples obtained during the field exploration program will be examined to obtain more accurate descriptions of the existing strata. Laboratory testing will be performed on selected samples as deemed necessary to aid in soil classification and to further define the engineering properties of the encountered materials. The soil descriptions will be based on the visual classifications procedure in general accordance with the AASHTO Soil Classification System (AASHTO M-145) and standard practice. 3.02.0 Geotechnical Report — The geotechnical report will present the results of findings as typed boring logs and an overview of subsurface conditions as encountered in the test borings. The overview will include the pertinent soils data results of the laboratory analyses, water table elevation, rock depths (elevation), and specific recommendations needing to be brought to the attention of and considered by the consultant's design engineer. 3.03Design Report: The consultant shall prepare a Design Report outlining the basis of design for the Project's proposed improvements. This Design Report will include, but not be limited to, the following: • Proposed stormwater quality treatment concepts to be utilized • Proposed stormwater quantity attenuation concepts to be utilized • Proposed standards and specifications to be used for the Project components, designs and construction • Design calculations for stormwater facility components (e.g. inlet structures, discharge structures, discharge spreaders, culverts, weirs, excavation volumes, slope stability, nutrient loading (Harvey Harper), pump station design, electrical service requirements, foundation designs, structural designs, etc.) • Vegetation design • Maintenance program recommendations • Hydrologic/hydraulic modeling results, link -nodal diagrams, input/output files, etc. (if utilized) o Technical specifications will utilize current Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction and current FDOT Standard Indexes, when applicable. In addition to technical specifications, the engineer will coordinate with the County to develop the necessary General Conditions, Supplemental Conditions, and Special Provisions Specifications specifically for the Project. 3.04Plans Preparation: The proposal will demonstrate the consultant's ability to prepare plan sets for permitting and construction purposes to include, but not limited to the following: 3.04. A Base Map — Consultant shall prepare a base map using survey information obtained in Task 3.01. The intent is for the County to provide the imagery available from the Collier County Property Appraiser (2016 or later). The base map will show existing topographic features in a format suitable for preparation of plan and profile sheets. 3.04. B Utility Coordination — Consultant shall coordinate with utility service providers to identify potential conflicts with all proposed improvements. c M .r .2 0 W M T ti ti 0 N c d E t U M r Q 3.04.0 30% Design Plans — Consultant shall prepare 30% design plans for the Project that depict existing Packet Pg. 12 topographical features existing right-of-way and easement lines and plan views of proposed stormwater treatment 16.A.1.a � g g Y � P P P facilities and conveyance facilities, but are not limited to, the following: • Cover Sheet • Proposed typical section(s) • Existing/proposed corridor plan of proposed stormwater and pathway improvements and alignments, including major connection points and major conflicts • Engineer's order of magnitude Opinion of Probable Cost (OPC) shall be prepared for the cost of constructing the Project. 3.04. D 60% Design Plans — Consultant shall prepare 60% design plans for the Project that depict existing topographical features, existing right-of-way and easement lines, existing utilities and stormwater components, proposed right-of-way and easement lines, plan and profile of proposed stormwater and pathway facilities details and contain, but are not limited to, the following: • Cover Sheet, Index and Key Map • Plan and profile view of proposed stormwater treatment and conveyance and pathway facilities • Proposed details for stormwater treatment and conveyance and pathway components • Project design component specifications • Engineer's OPC based upon the 60% plans shall be prepared for the cost of constructing the Project. 3.04. E 90% Detailed Design Plans — Consultant shall prepare 90% design plans for the Project that depict existing topographical features, existing right-of-way and easement lines, existing utilities and stormwater components, proposed right-of-way and easement lines, plan and profile of proposed stormwater and pathway facilities, but are not limited to, the following: • Cover Sheet, Index and Key Map • Plan and profile sheets of proposed stormwater treatment and conveyance and pathway facilities • Proposed details for stormwater treatment and conveyance and pathway components • Project design component specifications • Engineer's OPC based upon the 90% plans shall be prepared for the cost of constructing the Project. 3.04. F 100% Construction Documents — Consultant shall prepare 100% construction documents for the Project that address revisions to incorporate permit conditions from permit agencies and contain, but are not limited to, the following • Assistance with Technical Specifications and Bid Documents — The consultant will assist the County with preparation of technical specifications and bid documents. The consultant will review the documents prepared by the County and provide assistance with supplemental conditions, if appropriate. • Delivered Plans — The consultant will deliver the requested number of signed and sealed construction plans to the County for the County's record, along with requested sets of plans as needed for bid document distribution. Additionally, the construction plans shall be delivered to the County in electronic formats (DWG and PDF). Task 4 — Permitting T_ The proposal will identify the consultant's abilities and experience in the permitting of stormwater systems. The consultant M will be responsible for preparing and submitting all required applications and other supportive information necessary to assist V the County in obtaining all reviews, approvals and permits, with respect to the consultant's design, drawings and specifications required by any governmental body having authority over the Project. The proposal will describe activities and provide C examples that include, but not be limited to, the following: M .r .2 • South Florida Water Management District (SFWMD) environmental resource permit (ERP) C Cn o Prepare a preliminary stormwater design concept drawing and present it to the South Florida Water Management W District (SFWMD) in a pre -application meeting to determine if a SFWMD environmental resource permit (ERP) r or modification will be required. If the SFWMD determines that the ERP is required, the consultant will be ti responsible for preparation of the permit application, including all drawings, specifications and supporting N backup information. Respond to all requests for additional information (RAI) from the SFWMD. All permit fees N will be paid by the County. E • U.S. Army Corps of Engineers environmental permit U o Prepare a preliminary design concept drawing and present it to the U.S Army Corps of Engineers (USACOE) Q in a pre -application meeting to determine if a USACOE environmental permit or modification will be required. If the USACOE determines that the environmental permit is required, the consultant will be responsible for preparation of the permit application, including all drawings, specifications a9d sunportinu Packet Pg. 13 backup information. Respond to all requests for additional information (RAI) from the USACOE or 16.A.1.a federal agencies. All permit fees will be paid by the County. • Collier County right-of-way permit o Prepare applications for Right -of -Way permits when required from Collier County Growth Management Department and respond to requests for additional information. Prepare all other required permit applications Permitting fees will be paid by the County. • Collier County commercial excavation permit o Prepare the applications for commercial excavation permits for construction of the pond(s), if necessary, as determined by Growth Management Department divisional staff and respond to requests for additional information. Permitting fees will be paid by the County. • Prepare all other required permit applications. Permitting fees will be paid by the County. Task 5 — Post Design Services The proposal will identify the consultant's abilities and experience in assisting client with post design services that include, but are not necessarily limited to, bid preparation and evaluation, contractor recommendation, and construction observation. The proposal will describe activities and provide examples that include, but not be limited to, the following: 5.01 Bid Preparation: The proposal will demonstrate the consultant's abilities and experience to assist in the construction bidding process to include, but not necessarily be limited to the following: • Attend and participate in scheduling and presenting a pre -bid conference (meeting). • Assist in preparing addenda, as required, to interpret, clarify, or expand the bidding documents. • Attend the bid opening, review and evaluate the bids received and provide written recommendations for consideration in the bid award. • Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the prime contractor for those portions of the work as to which such acceptability is required by the bidding documents. 5.02Construction Observation and Support [Note: This phase is not referring to Construction, Engineering, and Inspection (CEI) Services. CEI responsibilities will be handled separately by the County and may or may not involve the use of a separate firm.] The proposal will identify the consultant's abilities and experience, as engineer of record, in assisting client with construction observation and support services. The proposal will describe activities and provide examples that may include, but not be limited to, the following 5.02. A General Administration of Construction Contract — The consultant will consult with and advise the County N regarding activities and issues that may arise during construction of the Project and may be authorized by the County to c` i act as the County's representative as may be provided in the Standard General Conditions of the construction contract documents. 0 5.02.13 Site Visits and Observation of Construction — In connection with observations of the work of the contractor M while the Project construction is in progress, the consultant will make visits to the site at intervals appropriate to the 'o various stages of construction, as mutually agreed by the County and consultant, in order to observe as a design an professional the general progress and quality of the various aspects of the contractor's work. Such visits and observations M are not intended to be exhaustive or to extend to every aspect of the work in progress, or to involve detailed inspections of the work. Based upon information obtained during such site visits and observations, the consultant will endeavor to determine in general if such work in proceeding in accordance with the design concept and the design information shown N in the construction contract documents. The consultant will keep the County informed of the progress of such work. 5.02.0 Clarifications and Interpretations for Work Change Directives/Change Orders — The consultant will consult d t with the County on the need to issue necessary clarifications and interpretations of the construction contract documents as U appropriate for the orderly completion of the work. Such clarifications and interpretations will be consistent with the Q intent of, and reasonably inferable from, the construction contract documents. The consultant will advise the County on the need or recommendation to issue work change directives and/or change orders authorizing minor variations from the requirements of the construction contract documents. Packet Pg. 14 16.A.1.a 5.02.13 Shop Drawings — The consultant will review and approve (or take other appropriate action in respect of) shop drawings and samples and other data which the contractor is required to submit, but only for conformance with the design information provided in the construction plans, technical specifications and/or construction contract documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the construction contract documents. Such reviews and approvals, or other action, will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. This review will not d include review of the accuracy or completeness of details such as quantities, fabrication processes, construction means or Cn methods, coordination of the work with other trades or construction safety precautions, all of which are the sole a responsibility of the contractor. Review of a specific item will not indicate the consultant has reviewed the entire (9 assembly of which the item is a component. The consultant will not be responsible for any deviations from the construction contract documents not brought to the attention of the consultant in writing by the contractor. The consultant 3 will not be required to review partial submissions or those for which submissions of correlated items have not been received. .o • The consultant shall provide the County with written approval (or other appropriate action as needed) of shop drawings, samples, and other data submitted for review by the contractor. The County makes the ultimate determination of acceptance or other appropriate action. • The consultant shall provide the County written recommendations on the evaluation and acceptability of substitute or "or -equal" materials and equipment proposed by the contractor. The County makes the ultimate determination of acceptance or other appropriate action. 5.02. E Inspections and Tests — The consultant may require and observe special inspections or tests of the work and shall receive and review all certificates of inspections, tests and approvals required by laws, rules, regulations, ordinances, codes, orders, or the construction contract documents. The consultant's review of such certificates will be for the purpose of determining that the results certified indicate compliance with the construction contract documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests or approvals comply with the requirements of the construction contract documents. The consultant will be entitled to rely on the results of such tests. 5.02. F Applications for Payment — Based upon the consultant's on -site observations as an experienced and qualified design professional, and upon review the applications for payment and the accompanying data and schedules, the consultant shall make a written recommendation to the County on the amounts that the contractor should be paid. 5.02.G Contractor's Completion Documents — The consultant will receive, review and transmit to the County with written comments the maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance required by the construction contract documents, certificates of inspection, tests and approvals, and marked up record documents (including shop drawings, samples and marked -up record drawings) which are to be assembled by the contractor in accordance with the construction contract documents to obtain final payment. The consultant's review of such documents will only be to determine generally to the best of the consultant's knowledge, information and belief that their content complies with the requirements of (and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with) the construction contract documents. 5.02.11 Substantial Completion — Following notice from the contractor that the contractor considers the entire work ready for its intended use, the consultant and County, accompanied by the contractor, shall conduct an inspection to determine if the work is substantially complete. If, after discussing all identified issues of possible objection with the County, the consultant considers the work substantially complete to the best of the consultant's knowledge, information, and belief per the conditions above, the consultant shall deliver a certificate of substantial completion to the County. 5.02.1 Final Notice of Acceptability of the Work — The consultant shall conduct a final inspection with the County to determine if the completed work of the contractor is acceptable so that the consultant may recommend to the County, in writing, final payment to the contractor. Accompanying the recommendation for final payment, the consultant shall also provide a notice that the work is acceptable (subject to the provisions of the preceding paragraphs) to the best of the consultant's knowledge, information and belief and based on and limited to the extent of the services performed and furnished by the consultant under the consultant's agreement with the County. 5.02. J Record Drawings — The consultant, as engineer of record, will prepare record drawings based upon measurements and information he has obtained through proper surveying and measurement methods during the course of construction, and not relying solely on infonnation provided by the contractor. 5.02. K Project Certification — The consultant will prepare the appropriate documentation to certify project completion to the various permitting agencies. Packet Pg. 15 Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled "RPS Instructions" included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List)**** Packet Pg. 16 DocuSign Envelope ID: E53E6735-BEOD-4CA1-AE4A-470516C5DO74 ,, A2x 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7713R Title: Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Due Date and Time: May 18th, 2020 at 3:OOPM 16.A.1.b Respondents: Company Name City County State Final Ranking Responsive/Responsible GHD Services Inc. Niagara Falls Niagara NY 1 YES/YES Robau and Associates, LLC Naples Collier FL 2 YES/YES AIM Engineering & Surveying Inc. Fort Myers Lee FL 3 YES/YES JR Evans Engineering, P.A. Estero Lee FL 4 YES/YES S&ME, Inc. Raleigh Wake NC Not Ranked YES/YES Utilized Local Vendor Preference: Yes [::] No Recommended Vendor(s) For Award: On January 24th, 2020, the Procurement Services Division released notices of Request for Professional Services 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility. One (1) firm submitted by the due date March 6th, 2020 at 3:OOPM. On April 9th, 2020, the Procurement Services Division released a re -solicitation of Request for Professional Services 20-7713R Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility. Thirty-two thousand seven hundred and forty-four vendors (32,744) were notified, one hundred nine vendors (109) viewed the bid information and five (5) proposals were received by the due date of May 181h, 2020 at 3:OOPM. The selection committee met on July 81h, 2020 as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top four (4) firms to move to step 2 in the order listed below: Robau and Associates, LLC AIM Engineering & Surveying Inc. GHD Services Inc. JR Evans Engineering, P.A. r N M M Q O z M r ti ti 0 N C m E t U 2 r a Packet Pg. 17 DocuSign Envelope ID: E53E6735-BEOD-4CA1-AE4A-470516C5D074 16.A.1.b On August 111", 2020 the Selection Committee reconvened for step 2, presentations ranking ended in a three (3) way tie Staff conducted the tie breaking procedure per the Procurement Ordinance and the firms were ranked as follows: GHD Services Inc. ranked as 1 Robau and Associates, LLC ranked as 2 AIM Engineering & Surveying Inc. ranked as 3 JR Evans Engineering, P.A. ranked as 4 Staff is recommending negotiations with the top ranked firm, GHD Services Inc. by: Project Mana Required Signatures I Procurement Strategist:I pw'-" b/-LO/LULU BCB13261HAD447- Procurement Services Director: /-- DocuSigned by: 5 .OtIA H San flCdjW-fW554F5.. 8/18/2020 Date Packet Pg. 18 GHD i JL rwr } 5 s ' # motif Collier Coun Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility RPS No. 20-7713 ► May 18, 2020 i May 18, 2020 Patrick Boyle, Procurement Strategist Procurement Services Division Collier County 3295 Tamiami Trail East, Building C-2 Naples, Florida 34112 Reference No. 11212446 Re: RPS No. 20-7713 Engineering Design Services, Lake Trafford Stormwater Improvements and Water Treatment Facility Dear Mr. Boyle and Selection Committee Members: GHD Inc. (GHD) is truly appreciative of this opportunity to present our qualifications in providing Consulting Services to Collier County (County) for this Stormwater Improvement and Water Treatment Facility contract. Over the past several years, we have assisted the County with a variety of projects and have become a committed team partner. For this submittal, we have assembled a qualified, full -service team of professionals to provide the County with experienced engineering solutions to address the recurring flooding problems within this residential community. More importantly, we understand the County's desire to secure alternative funding in support of the water quality improvements and other innovative strategies intended to create solutions that are more sustainable and resilient to sea level rise and climate change vulnerability. Established in 1928, GHD is one of the world's leading professional services companies operating in the global markets of transportation; drainage and water resources; energy and resources; environment; and property and buildings. We provide engineering, environmental, and construction services to private and public sector clients. We are confident that the GHD Team has the personnel, experience, and resources to provide the professional services required by the County. Mr. Carl Spirio, PE will lead the GHD team and possesses experience and institutional knowledge directly related to drainage projects that involve nuisance flooding, stormwater retrofits, erosion and slope stability and pipe rehabilitation methods. Prior to joining GHD, Carl served as the District 1 Drainage Engineer for the Florida Department of Transportation (FDOT) in Bartow and was responsible for six Districtwide Drainage and Permitting Contracts totaling $1.675 million in services per year. Carl managed a majority of the projects and lead several in-house projects to correct various issues related to drainage. Similarly, he worked with the local municipalities and various State Agencies to coordinate creative solutions that benefited other stakeholders within the associated watershed. This interaction would occasionally lead to cooperative funding agreements through other stakeholders and/or environmental agencies in support of larger watershed initiatives. More recently, he served as the State Drainage Engineer for FDOT and led the efforts in developing new guidance for regional stormwater management and more cooperative design approaches to better align financial resources that contribute to more purposeful and sustainable solutions. GHD will be supported by five uniquely qualified subconsultants to respond to the specialty needs of this contract. Two of these team members are certified as DBE/MBE and GHD is in fully committed to their participation and supports their continued opportunities and business development. These specialty team members are as follows: • Forge Engineering Inc. • Peninsula Engineering • TKW, a CONSOR Company • Stantec GHD 2675 Winkler Avenue Suite 180 Fort Myers Florida 33901 USA T 239 936 4003 F 239 936 0819 W www.ghd.com • Cella Molnar & Associates (MBE) • ECHO UES, Inc. (DBE) Throughout the years, GHD has completed hundreds of projects in Florida. Our staff members have worked on various phases of projects including civil, transportation, mechanical, electrical plumbing, structural, and environmental engineering. Longevity: We have been providing high -quality engineering services to West Florida for nearly 40 years. Our Fort Myers office was established in 1980. Local Government Experience: GHD's Florida staff have extensive experience serving government entities through continuing services contracts including the cities of St. Petersburg, Tampa, Fort Myers, Bonita Springs, Naples, Sarasota, North Port, Everglades, and the Village of Estero, as well as Collier, Lee, Hendry, Pasco, Pinellas, Hillsborough, Polk, Manatee, and Sarasota counties. Permitting: We have assisted our clients in obtaining permitting for numerous projects throughout the County and have an in-depth knowledge of your regulatory processes. In addition, we have knowledge of other local, state and federal agencies including Collier County, Florida Department of Environmental Protection (FDEP), U.S. Army Corps of Engineers (USACE), FDOT, and South Florida Water Management District (SFWMD). Carl will serve as your primary point of contact for this contract. His experienced leadership and well -organized project team will collaboratively ensure the performance measures, i.e. project schedule, status reporting, quality controls and assurance, and fiscal responsibilities are well managed for the County Design Manager. Mr. Brian Moore, PE is our firm's authorized signatory for all contract documents related to this Storm Drainage Improvement project. On behalf of the entire GHD Team, we offer our commitment to the County and the obligations contained in the Request for Professional Services. The GHD team is readily available and dedicated to serving with distinction on this contract. Similarly, we look forward to the opportunity to both serve as an extension of County staff and strengthen our overall relationship with the Collier County. Sincerely, GHD _t_Z eria�'Moo`re,PE Vice President Carl Spirio, PE Project Manager cxo Table of contents 1. Ability and Experience..............................................5 1.1 Firm Overview.....................................................5 1.2 Ability and Experience of our Professional Team..6 1.3 Local Experience and Regulatory Knowledge .....6 1.4 Organizational Chart ........................................... 6 1.5 GHD Team..........................................................8 1.6 Team Collaboration...........................................10 1.7 Subconsultants.................................................11 2. Certified Minority Business Enterprise .....................14 3. Past Performance Reference Forms .......................16 3.1 Similar Services................................................16 3.2 Experience with Collier County ..........................16 3.3 Project Experience............................................17 4. The Project............................................................. 24 4.1 Willingness to Meet Time & Budget Requirements.. 24 4.2 Project Schedule..............................................27 4.3 Project Approach..............................................28 5. Location.................................................................32 6. Recent, Current & Projected Workloads of the Firm ...34 6.1 Current and Projected Workload .......................34 6.2 Workload Planning............................................34 6.3 Six Steps for Project Phase Assignments .......... 35 Appendices Appendix A Required Forms Appendix B Resumes Ability ar Experien 1. Ability and Experience 1.1 Firm Overview GHD provides professional services operating in the global markets of transportation, water, energy and resources, environment, and property and buildings to private and public sector clients. Established in 1928, and privately owned by our people, GHD operates across five continents (Asia, Australia, Europe, North and South America) and the Pacific region. With six offices in Florida, we have approximately 180 employees providing engineering services throughout the State. Driven by a client -service led culture, we connect the knowledge, skill, and experience of our people with innovative practices, technical capabilities, and robust systems to create lasting community benefits. GHD has been serving our Southwest Florida clients since 1980 when our Fort Myers office was established as Anchor Engineering. After a series of mergers, we became GHD in 2015. Over the past 30 plus years, we have developed strong working relationships with numerous local agencies. Our long standing experience and reputation in completing complicated water and transportation projects, makes GHD especially qualified to serve as your engineering consultant. Many of these projects have included State owned systems requiring close coordination with local agencies. Our attention to detail has insured that our projects were constructed without significant change orders or delays. Local Government Experience: GHD's Florida staff has extensive experience serving government clients through services contracts including the Cities of Fort Myers, Bonita Springs, Naples, Tampa, St. Petersburg, Sarasota, and North Port, as well as Lee, Hendry, Collier, Pasco, Pinellas, Hillsborough, Polk, Manatee, and Sarasota Counties, among others. Collier County Experience: We have completed multiple of projects in Collier County, working directly for the County, Collier County Schools, the City of Naples and the City of Everglades City or as a subconsultant to architects, contractors, and engineering firms. Our staff members have worked on various phases of projects including civil, water, environmental, transportation, mechanical, electrical, plumbing, and structural engineering. Projects have included: • Reclaimed Water System Improvements • Farm Worker Village Roads and Stormwater • Burning Tree Drive, City of Naples • Goodlette Frank Roadway • Stormwater System Design • North County Water Reclamation • Reclaimed Water Cooling Tower Makeup Water • Vanderbilt Booster Station • East Naples Community Park • Everglades City Water System Extension • Everglades City Low Pressure Wastewater Collection System • Naples Botanical Gardens Horticultural Pavilion • Clam Pass Tramway Bridge Evaluation • Government Buildings HVAC • Immokalee Branch Library • Port of the Islands Marina - Tank Replacement • Pine Ridge Middle School • Tax Collectors Office • Golden Gate Community Center • Golden Gate Fire Station #73 • Gold Gate Library Expansion • Seagate Elementary School Local Regulatory Knowledge: GHD has assisted clients in obtaining permitting for numerous of projects throughout Collier County and has an in-depth knowledge of your regulatory processes. In addition, we have knowledge of other local, state and federal agencies, including City of Everglades City, City of Naples, Florida Department of Environmental Protection (FDEP), Florida Department of Transportation (FDOT), and South Florida Water Management District (SFWMD). GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 15 1.2 Ability and Experience of our Professional Team The GHD team includes a well experienced team of Florida Registered Professional Engineers experienced in Major Stormwater and Roadway Design. Included in Appendix B are summary resumes of the Key Personnel available for this project. Our team experience spans from 10 to 45 years in all aspects of Stormwater and Transportation Engineering, Planning and Design. What makes GHD stand out from the competition is our people, many of whom have first-hand working knowledge of Collier County project requirements and beneficial relationships with your staff. • Our Project Manager, Carl Spirio, PE, has worked with County staff during his tenure at FDOT and his hands-on project experience will be invaluable to this project. • Our Deputy Project Manager, Dan Waters, PE, has worked with County staff during his tenure at SFWMD and his local knowledge will be an asset to this project. • Our Utilities Engineer, Richard Walker, PE, has worked in Collier County and Southwest Florida for more than 15 years and has a thorough understanding of local regulatory requirements. • Our Public Involvement Specialist, Karen Miller, sits on the Lee County MPO Citizens Advisory Committee, giving her insight to FDOT District 1 planning, which is done in collaboration with the Collier County MPO. 1.3 Local Experience and Regulatory Knowledge GHD has experience working directly for the Collier County, Collier County Schools, the City of Naples and the City of Everglades City or as a subconsultant to architects, contractors, and engineering firms. Our staff members have worked on various phases of projects including civil, transportation, mechanical, electrical plumbing, structural, and environmental engineering. The majority of our work has involved collaboration with multi -firm teams to successfully complete built projects, giving us beneficial working relationships with local architects, developers, contractors and subconsultants. We have assisted our clients in obtaining permitting for hundreds of projects throughout Collier County and have an in-depth knowledge of your regulatory processes. In addition, we have knowledge of other local, state and federal agencies including City of Everglades City, City of Naples, Florida Department of Environmental Protection (FDEP), Florida Department of Transportation (FDOT), and South Florida Water Management District (SFWMD). GHD has held contracts with FDEP for environmental services for more than 15 years and our staff has a biPRf TS,F a beneficial working relationship with agency staff at both the local and state levels. ° x ❑ �A L ❑ M14 0 �FrvraL rQ GHD team members have held staff positions at FDOT and have long-term relationships with agency FDOT personnel at the Central and District 1 offices. GHD has worked for SFWMD for more than 10 years and most recently provided staff augmentation services to the District. We have a beneficial working relationship with SFWMD and have an in-depth understand their permitting requirements. 1.4 Organizational Chart We have included an Organizational Chart on the following page showing key personnel that will be assigned to the project. Our team includes several local subconsultants who offer specialized services. A full list of our subconsultants is included in Section 1.7. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 16 Collier County �QA/QC Team QA/QC Manager Ben Doan, PE CCM* Constructability I Bidability James Wood, PLS* Carl Spirio, PE* Gabrielle Enos, PG* Richard Walker, PE* Sean Snow, El 2� Bruce Layman, PWS Dan Waters, PE*2 Melissa Burns, PE* Jesse Davis, PE ENV SP Richard Walker, PE* Carl Spiro, PE* John English, PE Jerry Comellas, PE6* Andy Alberdi, PE* Karen Miller* Mike Patterson, PSM John Phillips, PE Kris Cella5 Matt Noltan, PE Trudi Williams3* John Maloney, PSM' Meeghan Casey, PG 3* Adam Davie Construction Services Forge Engineering, Inc.' Stantec4 James Wood, PLS* Geotechnical Survey John English, PE Peninsula Engineering2 Cella Molnar & Associates, Inc.5 (MBE) Cost Estimates I Bidding Ecology I Environmental Public Outreach Richard Walker, PE* Stormwater I Permitting Sean Snow, El ECHO UES, Inc.6 (DBE) TKW, a CONSOR Company3 Survey I SUE Modeling I Funding Coordination Water Quality I Pump Station Carl Spirio, PE* Design Dan Waters, PE2* *Key staff resumes are included GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 17 1.5 GHD Team Below is a listing of the staff and summaries of their roles and experience. Carlton Spirio, Jr, PE Project Manager Carl's expertise in transportation drainage systems spans more than 33 years' in the public and private sectors. Prior to joining GHD, Carl was responsible for developing Drainage Policy and Procedures for the Florida Department of Transportation (FDOT). He brings extensive design experience in integrated stormwater management and watershed planning, drainage conveyance, bridge hydraulics modelling, scour design, coastal protection, watershed and flood plain modelling, stormwater/environmental permitting and site civil/transportation design. His wealth of knowledge allows us to provide our transportation clients with additional services at the highest level capabilities. Brian Moore, PE Project Principal Brian has 23 years' of experience in environmental engineering and has acted as project manager and project principal for Southwest Florida activities over the past ten years. Southwest Florida projects have included environmental remediation, risk assessment, water quality, and stormwater management. He currently serves as GHD's contract manager for GHD's continuing and on -call contracts with Florida Department of Environmental Protection, Collier and Lee Counties, and the Cities of Fort Myers and Bonita Springs, among others. Dan Waters, PE I Peninsula Engineering Deputy Project Manager Dan has worked as a professional engineer in Southwest Florida for over 20 years' as a consultant and in government with a focus on the design and permitting of stormwater management systems. Dan's background includes land development projects in Collier and Lee counties, surface water permitting, environmental resource permits and consumptive use permits. Dan is currently responsible for the design and permitting for land development projects in Lee and Collier counties. Ben Doan, PE CCM QA/QC Member Ben has 35 years' of experience in construction, design, engineering, inspection, supervision and testing for highway and industrial construction projects. Ben's clients include the Florida Department of Transportation (FDOT) Districts One, Five, Seven and Florida's Turnpike Enterprise; Hillsborough County Professional Services; the City of Tampa (Roadway and Sanitary Divisions); the City of Clearwater; and various commercial developers. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 18 James Wood, PLS Constructability / Bidability Jim has over 40 years' of heavy and highway construction management experience split almost evenly between the Engineering Design side and Contractor side of a wide variety of construction projects. Jim's primary responsibilities include the management and coordination of construction phase services including RPR (Inspector) management, schedule tracking, dispute, change and claim resolution, and contract administration. He also works on the design and bidding phases of projects where needed by assisting with mapping, conceptual design, QA/QC, constructability reviews and estimating project construction costs. Richard Walker, PE Pedestrian / Bicycle / Roadway / MOT Richard's engineering background includes multi -use trails, roadway/highway improvements, intersection improvements, and interchanges for cities and counties in Florida, and ODOT. His training for the Advanced Maintenance of Traffic from the American Traffic Safety Services Association and background will make him a valuable member of the Team for design plans, geometric design, and traffic control plans. Richard has competed roadway projects for Collier County and the City of Naples and has a thorough understanding of local standards and permitting. Melissa Burns, PE Structures Melissa has 9 years' of experience in design and computation of structural elements, production of structures plan sets, within all phases of design from preliminary engineering pursuit to the final design of structures for conventional and design -build projects. Design assignments have included: AASHTO Girder bridges, Florida -I Beam bridges, major and minor bridge widening and rehabilitation projects. She has worked on projects with FDOT District Two, FDOT District Five, FDOT District Seven, Florida's Turnpike Enterprise and Central Florida Expressway Authority, the City of Palm Coast, the City of Charlotte, and NCDOT Division Nine. Jerry Comellas, PE I ECHO UES Inc. SUE Jerry has 34 years' of civil engineering and survey experience and heads up the hiring of leadership, expansion of the business as well as risk management. Jerry's knowledge and experience obtained during his nearly 20 years with the Florida Department of Transportation (FDOT D1 & D7) and his 15 years in the private consultant engineering sector has contributed to his past success serving the City of St. Petersburg, Pinellas County, and the FDOT. Andy Alberdi, PE Geotechnical Andy has over 32 years' of geotechnical engineering and construction materials testing experience throughout Florida. This experience includes soil acquisitions, explorations, utility/ infrastructure piping and structures, roadway/expressway studies, subsidence investigations, bridges and numerous other projects both in the private and public sector. He will support the project as needed through soil explorations. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 19 Trudi William, PE I TKW, a CONSOR Company Pump Station / Water Quality Trudi's appointment to the South Florida Water Management District Governing Board, and AA subsequent election to Board Chair, provided her with hands-on experience addressing complex regional issues and balancing conflicting interests for water resources. She brings these skills to clients. She is experienced in the evaluation of competing interests, public presentations and water resource issues in Southwest Florida. In the Florida Legislature for four terms, her primary interest was the managed sustainability of Florida's water resources. Gabrielle Enos, PG Environmental / Permitting Gabrielle has over 30 years' of consulting experience in geologic, environmental and geophysical applications. She has expertise in geologic hazards investigations, environmental site assessments under a variety of State and Federal regulatory regimes, and well design and construction. She is a qualified expert witness in surface geophysics with trial experience. Gabrielle provides Neutral Evaluation services to the State of Florida Department of Financial Services. Karen Miller Public Involvement / Stormwater Education . -. Karen has more than 25 years' of experience in education, marketing, and public relations for environmental and engineering projects. She has managed community outreach activities including project -specific public forums; community education workshops; STEM education programs for students in pre-school through college; and continuing education programs for professional engineers, attorneys, insurance adjusters, architects, and community planners. Karen has provided public education services on stormwater best management practices for more than six years through her work with Lee County on their Stormwater Pond (WETPLAN) and Fertilizer Education programs. She was also a member of the public involvement team for the City of Fort Myers Edison Avenue Realignment Project. 1.6 Team Collaboration GHD's local staff has worked throughout Southwest Florida since our office was established in 1980. Throughout those years we have had the privilege of collaborating on project teams that have served Collier County on numerous and varied projects. Those teams have been comprised of Developers, Builders, Architects, Engineers, Environmental Consultants, Public Relations Firms, Landscape Architects, and Contractors. We are a known entity in Southwest Florida and pride ourselves on being team players. For this contract we have put together a project team that has worked together on numerous projects. Most recently we have worked several of them on the Edison Avenue Realignment for the City of Fort Myers and the Ford Street Filter Marsh. This will ensure that the County is serviced by a team of professionals who can work seamlessly together to achieve the County's project goals. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 110 1.7 Subconsultants Forge Engineering, Inc. Geotechnical Forge Engineering, established in 1996, is a locally owned, multi -disciplined engineering firm based in Florida. Our professionals, with over a century of combined engineering experience, specialize in delivering unique, sound, and innovative engineering solutions associated with all aspects of the built environment. Their services are utilized by clients to assist them in one or all phases of a project's life including pre -construction, construction and post -construction in the broad categories of engineering including, geotechnical, environmental, marine, forensics building sciences and construction materials testing. Peninsula Engineering Ecology / Environmental / Stormwater / Permitting Serving all of South Florida, Peninsula Engineering is one of the area's most well - respected, full -service engineering firms blending the expansive scope and resources of a large company with the focus and personality of a boutique firm. FOB E ENGINEFIINI;m INNOVATIVE ENGINEERING 5OLUTIONS Their projects can be found in Naples, Ft. Myers, Estero, Marco Island, and Bonita Springs. With a wide variety of specialty professional engineering and construction services available — including civil engineering, land development, permitting, design, landscape architecture, environmental services and general contracting, Peninsula Engineering and its affiliated companies offer the most comprehensive selection of solutions to customers in Collier and Lee counties. TKW, a CONSOR Company Drainage Water Quality / Pump Station Established in 1989, TINY Consulting Engineers has been built to provide consulting services for government and private development. TKW professionals specialize in civil engineering in the areas of civil/site, structural, and utilities/ environmental engineering. TKW provides services to clients throughout the state of Florida. In January 2020, TKW merged with CONSOR Engineers, LLC, with the Fort Myers office location heading the Water -Wastewater Division. I r4r**#&4 or CONSULTING ENGINEERS a 0 CONSOR company TKW offers comprehensive solutions. Structural engineering is one component of their full -service engineering practice. Their structural engineers, civil engineers, environmental engineers, and surveyors will help you through planning, permitting, and government regulation. Stantec Survey Stantec Inc. is an international professional services company in the design and consulting industry. Founded in 1954, as D. R. Stanley Associates in Edmonton, Alberta. They are designers, engineers, scientists, and project managers, innovating together at the intersection of community, creativity, and client relationships. Balancing these priorities results in projects that advance the quality of life in communities across the globe. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 111 Cella Molnar &Associates (MBE) � E LL IIIVIO L N 11 R Public Outreach •+•••+ d A 5 5 0 C P A T E S I N C Over the past 24 years, Cella Molnar & Associates, Inc. (CMA) has conducted over 300 successful public involvement and outreach programs for infrastructure projects on the west coast of Florida. CMA has offi ces in Fort Myers, Tampa and Orlando with a total of 13 staff including four public involvement project managers, four public involvement specialists, a webmaster, and a graphic designer. CMA is very unique in the public information industry because of their in-depth technical expertise in planning, design and construction for roadway, bridges and utility projects. Their staff has established excellent working relationships with representatives in media and local government, planning and permitting agencies, and environmental groups. CMA's philosophy in working with the public and their clients is the same - collaboration, communication, and open exchange cultivates a partnership with the public that greatly enhances the quality of their client's projects. ECHO UES, Inc. (DBE) SUE ECHO ECHO UES, Inc. (ECHO) is a small business founded by a group of partners UTILITY ENGINEERING & SURVEY with civil engineering, construction and utility/GIS background, who believe in providing high quality and reliable utility and survey data to design better, build faster, and safely enhance engineering, design, construction and maintenance of infrastructure. ECHO UES, Inc. was founded in 2017 to provide Subsurface Utility Engineering and Survey professional services throughout Florida for a variety of projects, assisting Owners, Engineers and Constructors in better performing throughout the entire project cycle, from design to construction and maintenance of infrastructure. Services provided include the study, analysis and depiction of existing underground utilities potentially impacted by a project, in addition to the collection of accurate topographical and specific purpose surveys to represent the above ground site conditions. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 112 2. Certified Minority Business Enterprise GHD has reviewed the County's Minority Business Enterprise Program (MBE) Code. We understand this policy and while we are not a certified Minority Business Enterprise, GHD believes in and strongly advocates the use of certified subconsultants to provide services on an as -needed basis when the contract allows. This dedication is evident in the composition of our workforce and leadership structure, in our systems, policies and performance accountabilities, and in our initiatives that increase business opportunities for woman/minority-owned businesses. It is GHD's intent, in the performance of the project, to support Collier County's MBE with utilization of local and state approved MBE's. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 114 m NL *a isle MR won wh ... Ia- Past rm n e o a ee 3. Past Performance Reference Forms Mandatory reference forms can be found in Appendix A. 3.1 Similar Services GHD's staff has extensive experience serving government clients in Southwest Florida, which is evidenced by the following list of some of our government clients: • City of Bonita Springs • City of Cape Coral • City of Everglades City • City of Fort Myers • City of North Port • City of Naples • City of Punta Gorda • Charlotte County • Collier County • Florida Department of Environmental Protection • Hendry County • Lee County DOT • Lee County School District • Lee County Mosquito Control District • Town of Fort Myers Beach 3.2 Experience with Collier County GHD has worked on multiple projects either as the Prime Consultant directly for Collier County government for departments including Transportation, Facilities and Construction Management, Natural Resources, County Lands, Utilities, Parks and Recreation, and Solid Waste or through architects. Since 2000, GHD has provided the County with the following services: • Hydrologic modeling services to examine and extend an existing model of the Belle Meade area in Collier County • Environmental services (Water quality and hydrological impacts, site assessments, and site remediation) for various petroleum cleanup projects • Civil engineering services for design of paving for new roads and parking lots, site grading, drainage, sanitary sewer, waterline and stormwater management for Farm Workers Village • Civil, environmental, structural, mechanical, electrical, and plumbing services for various projects on the Collier County campus • Permitting services through Collier County, City of Naples, South Florida Water Management District and the State of Florida Department of Environmental Protection Whether GHD completes the project in-house from start to finish, or if we get pulled into a project later in the design process, the County can rest assured that we understand all aspects of the project and; therefore, can deliver a complete buildable project that will exceed all expectations. The following project experience documentation includes a table of local projects summarizing specific civil engineering services provided. Followed by local and national civil engineering project summaries. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 116 3.3 Project Experience Farm Workers Village Housing Collier County Housing Authority Immokalee, FL Belle Meade Stormwater Management Master Plan (SMP) Collier County, FL Goodlette-Frank Road Collier County, FL City of Fort Myers Water Quality Sampling City of Fort Myers Fort Myers, FL Ford Street Canal Filter Marsh City of Fort Myers Fort Myers, FL Edison Avenue Realignment City of Fort Myers Fort Myers, FL Design of East Davis Boulevard City of Tampa Tampa, FL Admiral Lehigh Trailhead Bridge Lee County, FL Lake Trafford Restoration Immokalee, FL Southern Corkscrew Regional Ecosystem Watershed Bonita Springs, FL (CREW) r— Various Lift Station Projects Collier County, FL • Collier County Jail LS 75 gpm • Collier County Master Pump station #109 4 MGD • Trailhead LS 50 gpm • Collier Seminole State Park LS 20 gpm Various Lift Station Projects I Lee County, FL • University Commons LS 100 gpm • LS#8 City of Fort Myers 1 MGD • Florida Gulf Coast University Master Pump station and interim pump station • Inspection of 20 various LS for the City of Fort Myers • Pinewoods Master Pump station 3 MGD Stormwater Public Education Programs Lee County, FL Guadalupe Center Van Otterloo Campus Immokalee, FL I I GHD I Collier County Lake Trafford Stormwater Improvements and WTF RIPS No. 20-7713 117 Farm Workers Village Housing Immokalee, Florida The 160-acre Farmworkers' Village was originally a multi -phased project creating nearly three hundred farmworker dwelling units in Immokalee, Florida. Units include single family, multi -family, and migrant worker housing. GHD has performed many design functions since the inception of the project including design of the main road in the development, grading and drainage design and civil site design. A master drainage plan, master wastewater plan and a master potable water plan was created and development of the parcels proceeded in phases beginning with construction plan preparation and continuing through permitting and construction. GHD also provided civil engineering services for design of paving for new roads and parking lots, site grading, drainage, sanitary sewer, waterline and stormwater management. All permitting was done through Collier County, the South Florida Water Management District, and the State of Florida as well as construction and bidding phase services. The stormwater management system consists of a combination of wet and dry detention ponds interconnected by a combination of stormwater piping and conveyance swales to provide flood protection, pollutant removal, and attenuation of stormwater runoff before final discharge into the Collier County Canal system. On -site wetland impacts and mitigation required special permitting considerations with the Army Corp of Engineers as well as the South Florida Water Management District. GHD assisted the architect and the housing authority in the procurement of $5 million in grants to refurbish units to include air conditioning, energy saving systems, and kitchen upgrades. GHD also provided engineering services related to the site design to alleviate erosion and localized flooding and provide better pedestrian access through design of sidewalks and bicycle lanes. Services also included civil design for the addition of security gates and the overlaying of existing asphalt roadways. Belle Meade Stormwater Management Master Plan (SMP) Collier County, Florida GHD provided hydrologic modeling services to examine and extend an existing model of the Belle Meade area in Collier County. An existing preliminary hydrologic and hydraulic model (quantity) consisting of runoff and extran modules within an XP-SWMM model was provided. GHD modeled both water quantity based on future land -use conditions, and water quality based on existing and future land use conditions, within the context of development and evaluation of future land - use alternatives. Additional base mapping for the study area was mapped with global positioning system (GPS) equipment and was compiled within a geographic information system (GIS). Three key elements of this data were wetlands, stream inventories, and any water quality sampling stations/locations. All mapping data was managed within the GIS database, utilizing ARClnfo and ArcView to create and organize the input data to create a single interface. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RIPS No. 20-7713 118 Goodlette-Frank Road Collier County, Florida Richard Walker provided engineering services for widening a four -lane divided arterial roadway into a six -lane arterial roadway with a bypass right turn lane to divert traffic away from a heavily -used intersection. Rich designed the bypass right turn lane and the drainage trunk line, and oversaw the design of the entire project. He coordinated with County/City staff on design input, plans preparation and QA/QC of 30%, 60%, and Final phased submittals, and worked with the drainage engineer to permit this project through SFWMD. Rich incorporated all 60% review comments, revised the drainage design, and created the Final Plans and Specifications package for this project. City of Fort Myers Water Quality Sampling Fort Myers, Florida GHD currently provides water quality monitoring and reporting services for the City of Fort Myers NPDES MS4 Stormwater Testing Program. The sample sites are in various locations along Billy's Creek, Manuel's Branch, Carrell Canal, Winkler Canal, the North Colonial Waterway, and the Downtown Basin. GHD conducts water quality sampling on a monthly basis at nine designated locations. Quality assurance (QA) procedures for the collection of samples and decontamination of sampling apparatus prior to and during use in the field is conducted in general conformance with the Florida Department of Environmental Protection (FDEP) field sampling and laboratory analysis quality assurance protocol codified in Chapter 62-160 FAC Standard Operation Procedures for Field Activities (FDEP SOP-001/01). Laboratory results are delivered in electronic format to meet Florida Department of Environmental Protection's requirements for inclusion into the State STORET water quality database. GHD also imports the data into an Access database that is maintained for any further reporting or querying needs. Ford Street Canal Filter Marsh Fort Myers, Florida The Ford Street Canal is a natural tributary of Billy Creek (WBID 3240J) and ultimately discharges into the Caloosahatchee River. It has been identified as impaired due to low DO with BOD as the causative TMDL pollutant. The major land uses in Billy Creek are high and medium density residential and commercial/industrial, with lesser amounts of agriculture. Billy Creek receives stormwater from much of East Fort Myers, and many of the water quality problems in the area are linked to the urban and suburban land uses, including the Phase I municipal separate stormwater systems (MS4) permit #FL000035, which spans both the City of Cape Coral and the City of Fort Myers. GHD assisted the City of Fort Myers in permitting and construction oversight of a stormwater park which includes approximately 7-acres of planted aquatic filter marsh area (STA) for the purpose of providing enhanced residence time and nutrient up -take within the Billy Creek watershed area. GHD also provided geotechnical and structural design services for two (2) filter marsh weir control structures, the boardwalk extension, existing boardwalk and canoe launch rehabilitation, and the Ford Street Canal structure located upstream of the filter marsh. Bidding and construction assistance included oversight of construction activities for these components. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 119 Edison Avenue Realignment Fort Myers, Florida The Edison Avenue Realignment project is a reconfiguration of intersections within a community of Edison Estate. The entire community was designated for a traffic calming study that requires extensive interaction with the public and several stakeholders. The consultant scope of services includes engineering coordination, preliminary layout, traffic analysis, street lighting design of roundabouts and complete street guidance. GHD performed a transportation study to determine the most effective means of commencing US 41 to the Edison home and museum. The most notable stakeholders adjacent to the project include the Thomas Edison Museum, the City garden club and an historic elementary school. All within a three block area. Edison Avenue also is a connector street to an FDOT US 41 corridor and a local City thoroughway (McGregor Avenue). Coordination with existing signals, crosswalks and design of an adjacent roundabout project were required. Design of East Davis Boulevard Tampa, Florida GHD provided professional engineering services including permitting, design, and limited post -design services for the City of Tampa (COT) Complete Streets design of East Davis Blvd from Barbados Ave to Chesapeake Ave in the Davis Islands Business District. The project goal was to plan, design, operate, and maintain the roadway to enable safe, convenient and comfortable travel and access for vehicles, pedestrians, and bicycles. The three intersections included within the project were Chesapeake Ave, Biscayne Ave, and Barbados Ave. These intersections were modified to incorporate raised brick with revised curb ramps as part of the City's Complete Streets modifications. The two travel lanes were narrowed with sharrow markings, and all of the asphalt pavement was milled and resurfaced. Drainage issues at a commercial driveway were addressed by extending the driveway out to the travel lane as well as the adjacent curb line where a bike rental is located. Traffic design related details included a reduction of the speed limit to 20 mph to accommodate 2 —10' through lanes and raised brick paver intersections. The City and GHD collaborated on the traffic calming measures within the constraints of local businesses and restaurants. This project also required a coordination effort with adjacent City projects with a similar theme. Admiral Lehigh Trailhead Bridge Lee County, Florida Admiral Lehigh Trailhead Park features 11 acres of open space on a site that once was part of an 18-hole golf resort called Admiral Lehigh Golf Resort, which fell into disrepair during the recession. Lee County developed the property into an eco-park with a half -mile paved multi -use trail encircling a 3-acre replicated prairie with more than 18,000 native grasses and wildflowers. GHD provided structural services for the construction of an 8-foot high by 50-foot long retaining wall on either side of a box culvert bridge that is part of the multi -use trail. In addition, GHD provided structural, mechanical, electrical, and plumbing engineering services for the design of restroom facilities and structural design of picnic shelters. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 120 Stormwater Public Education Programs Lee County, Florida GHD has been providing Stormwater Education in Lee County through two separate programs. Water Education Training, Ponds Lakes, and Neighborhoods (WETPLAN) Water Education Training, Ponds Lakes, and Neighborhoods (WETPLAN) is an educational program and website resource used to teach Lee County residents about improving and caring for their neighborhood stormwater ponds. The goal is to change residents behavior for lawn and garden maintenance to encourage reduced use of fertilizers, decreased areas of planted grass, increased use of native plants, and littoral zone plantings around Stormwater ponds. The program provides workshops several times a year with a panel of experts providing assistance for home/condo owners associations, individual homeowners, and industry professionals. WETPLAN is a partnership of water quality and lake management experts including members from the Charlotte Harbor National Estuary Program, the City of Bonita Springs, Lee County Natural Resources, Lee County Hyacinth Control District, Florida Gulf Coast University, Lee County Extension Services, the Florida Native Plant Society, and private partners including GHD. The program is considered an acceptable education activity in regard to providing "credits" toward Lee County's total nitrogen reduction goals as stated in the Basin Management Action Plans (BMAPs) for the Caloosahatchee Estuary and Everglades West Coast. It also assists Lee County in meeting the requirements of the County's MS4 permit. The City of Bonita Springs has used the program for similar regulatory requirements. WETPLAN presentations also support Lee County and Bonita Springs ordinances by including information about pollution prevention, fertilizer use, Florida Friendly Landscaping, and water conservation. GHD assists the program by administering the website, providing workshop promotion, developing and monitoring online surveys, developing curriculum and presentation deliverables, and presenting at workshops for the general public and targeted neighborhoods. To date more than 30 presentations have been given to over 500 participants and the results of educational goals have been measured through pre- and post -evaluations. Lee County Fertilizer Education Program In 2019 GHD provided public outreach for the Lee County Fertilizer Education Program with the goal of creating behavior change in the program's target audience. The scope of services includes planning and facilitating public workshops to teach strategies for protecting water quality in Southwest Florida through yard maintenance best management practices. Basic concepts about Stormwater runoff were illustrated to teach citizens how their behavior affects the quality of our local waterways. GHD also assisted with the development of marketing materials for the program including fact sheets and website content. Services are scheduled to continue through a new 3-year contract beginning in the summer of 2020. TKW, a CONSOR Company Various Lift Station Projects Collier and Lee Counties, Florida Collier County • Collier County Jail LS 75 gpm • Collier County Master Pump station #109 4 MGD • Trailhead LS 50 gpm • Collier Seminole State Park LS 20 gpm Lee County • University Commons LS 100 gpm • LS#8 City of Fort Myers 1 MGD • Florida Gulf Coast University Master Pump station and interim pump station • Inspection of 20 various LS for the City of Fort Myers • Pinewoods Master Pump station 3 MGD GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 121 TKW, a CONSOR Company Lake Trafford Restoration Immokalee, Florida Removal of 2,000,000 cubic yards of sediment. TKW provided inspection services during construction of Phase III of the Lake Trafford Restoration project. Phase III completed one of the primary project objectives of removing 6 feet of muck from the bottom of Lake Trafford by dredging the final 2 million cubic yards of muck. The other project objectives included restoration of native fisheries and vegetation and the development of a watershed protection plan to reduce future nutrient inputs. TKW's scope of services included oversight of all contractor activities, preparation of daily reports and documentation of dredge progress. TKW, a CONSOR Company Southern Corkscrew Regional Bonita Springs, Florida Ecosystem Watershed (CREW) The purpose of this project is to achieve ecosystem restoration of 4,150 acres in the southern Flint Pen Strand region of Lee County and re-establish the natural historical flow -way to Estero Bay. The east Bonita area in Lee County gained widespread attention during area wide flooding in 1992 and again in 1995. The flooding prompted the South Florida Water Management District and Lee County to explore the hydrology of the region through the South Lee County Watershed Study (SLCWS). One proposed component of the SLCWS was the purchase and restoration of key habitat defined in the SLCWS. In response to the plan, and to provide a comprehensive approach to the Imperial River watershed, the District implemented the Southern Corkscrew Regional Ecosystem Watershed (CREW) Critical Project as part of its Comprehensive Everglades Restoration Project (CERP) through the Critical Projects Program. The Southern CREW Project (Project) developed a list of proposed actions to relieve flooding along the Imperial River by acquiring up to seven (7) sections of land east of Bonita Grande Road and acquiring additional land in the Imperial River Flowway. The District has acquired approximately 4,150 acres that is now the limits of the Southern CREW Project. TKW Consulting Engineers has been contracted to prepare a basis of design report for the project's main objective to restore the hydrology and ecology of the project footprint without impacting adjacent properties. Peninsula Engineering Guadalupe Center - Van Otterloo Family Campus for Learning Immokalee, Florida The Guadalupe Center Van Otterloo Family Campus for Learning is currently in the final stages of local design and permitting for a proposed early childhood education center on an undeveloped site that will include an approximately 31,000 sf for two new buildings. The 9.5 acre site is located in Immokalee on the south side of Westclox Street between Little League Road and Carson Road. The Peninsula Engineering team was responsible for the environmental permitting for the site including wetland jurisdictional determinations (SFWMD and Corps), calculation of floodplain encroachment / impacts, nutrient loading calculations, and all other Environmental Resource Permitting tasks. The Peninsula Engineering team provided support for the application for re -zoning of the site through Collier County to allow for the proposed use on the property. The Collier County rezone process included participating in Neighborhood Information Meetings and addressing concerns regarding the stormwater impacts of the proposed development to neighboring properties within the Lake Trafford Watershed. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 122 1 �� _ �"�� � `" _ ,` y' 5 .. ... r .. , r- �;. 0� � Y :{y .�, w+' �EK„ . .. _ �. .. •. � � � _ - . .. -. .� Y - .. �� �� A \.h - i � �'6 ���� nary [F � ����� � ••� k ♦�.-�, y a;; "ay �` ^ , w 'fk�±l,��I�y�i .� - � t �``.i � by 'YT I� • _ , �Y �� ��_' -ice 4. The Project 4.1 Willingness to Meet Time and Budget Requirements GHD has immediate availability and capacity to quickly negotiate and initiate this contract with the City and transition into the project services. The County will benefit from access to our locally based and highly qualified, motivated and committed personnel who are dedicated to providing the necessary services in support this contract. GHD is capable of providing uninterrupted, quality design and construction services and will commit our most qualified personnel to serve as an extension of County staff. Likewise, Project Manager, Carl Spirio, PE, will be responsible for identifying resource needs (budget, schedule, and staff) related to any specific project requirements. Our proposed Project Principal, Brian Moore, PE, has the authority to reassign staff as needed, in order to maintain both schedule and budget compliance. GHD's approach to managing this safety and water quality improvement contract is geared toward each segment of a project being organized, directed, and controlled to ensure the design services within scope and budget as well as schedule. Our guiding principles for successful management of any contract are organizational simplicity to ensure accountability, and effective communication. GHD recognizes that meeting project schedules/budgets requires four essential elements: • A clear and concise understanding of the scope elements; • An in-depth understanding of our staff capabilities and identification of the personnel required to efficiently complete each activity; • Consistent communication of the schedule and budget requirements to ensure all team members are administratively connected to the project; and • Diligence and transparency in the tracking of the progress of each activity. GHD has successfully managed County projects as well as for other clients through clear and consistent communications by our Project Manager. The Project Manager is ultimately responsible for the overall technical and administrative management of the anticipated services. Under this contract, the Project Manager will become the single point of contact with the County's Project Manager. The Project Manager is essentially the link between the various tasks and the County's representatives. Regardless of the activities, the County can feel comfortable knowing that the GHD Project Manager will be available to answer questions regarding progress or status of any active task. Therefore, GHD is the focal point and key to the management efficiency and organizational productivity, and will serve many primary roles which are noted in the table to the right. GHD understands the key to successful project completion is centralized project management. In each instance, the project manager acts as the direct line of communication for the client. All project tasks are communicated directly to the County's Project Manager. All along, the project manager evaluates progress and prioritizes tasks as necessary to meet the project schedule. If additional resources are necessary, the project manager has authority to call upon additional staff and/or subcontractors. Contract Management Under this Roadway Safety and Water Quality Improvement contract, the following activities are the key services used in developing the preliminary schedule noted in the previous Item for this project. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 124 1) Project Kick-off Meeting: After receiving the Notice to Proceed (NTP), a Project Kick-off meeting is recommended with the County's Design Manager and other staff to identify the key GHD personnel serving this contract. Additionally, we will present a specific project management plan that encourages frequent communication between the Review Existing Data ' Kick-off Feld Design, Meeting vestigations Reviews, -�• Surveys•-••••• Regulatory Authorization Finalize . Contract Management Process County's Design Manager and Carl. This is especially critical for this project due to the County's desire to secure alternative funds in support of the "watershed wise" outcomes that can potentially result by the innovative water quality improvement strategies for Lake Trafford. Therefore, Carl's previous experience on similar type of partnering projects will allow him to suggest recommendations to the County's Design Manager on the specific language that has been successful in securing funding and assistance on other projects. 2) Preliminary Design: GHD will review all existing available reports and data provided by the County for use on this project. Based on this review, we will identify the supplemental information needed to support the design, permitting and construction services summarized in the Scope of Services. These items include the project survey for the existing topography, infrastructure, utilities and water features. Site visits will also be performed to supplement missing data and confirm site conditions and assumptions made in the preliminary design calculations. All preliminary work will be summarized in a Draft design report detailing the design strategies that are appropriate. Likewise, we will document the potential funding available based on the coordination scheduled between the County Design Manager and all interested stakeholders. This Draft report and 30% Construction Plans will be submitted to the County for review comments and suggestions in advance of the actual project design and permitting activities. 3) Final Design and Construction Plans: Upon acceptance of the Preliminary Design Report, GHD will proceed with the hydraulic modeling using Streamline's Interconnected Pond Routing (ICPR4) and XPSWMM to produce the most efficient hydraulic system, given the existing constraints involving the surrounding neighborhoods. Several design storm events will be evaluated to create a new system that satisfies the level of service standards used by the County Engineering Department. The resulting design will be thoroughly evaluated to determine the anticipated costs and constructability of the system. Similarly, calculations will be performed for the Arrowhead Stormwater Treatment Facility to develop quantifiable load reductions involving the nutrient removal practices incorporated into this project. All design calculations and modeling for the proposed drainage systems, stormwater management will be incorporated into the Final Design Report. Construction Plans will be developed for the 60%, 90% and Final phase submittals to account for design modifications and review comments received from the County and the Environmental Agencies. Routine coordination meetings with the County's Design Manager and others will be conducted to discuss our progress and design efforts in meeting the expectations of the County. These meetings will give us an opportunity to make adjustments, if necessary, to respond to design hardships or to expand the benefits achieved related to the drainage system upgrades and water quality improvements. These meetings may also expose other funding possibilities, which may be favorable in the overall upgrades to the flooding problems within the surround areas. 4) Environmental Permitting: Our team possesses intimate knowledge of FDOT's design standards along with local permitting expertise. The team also understands the important safety enhancement that the new pedestrian facility will represent for the Immokalee community and the importance of working with the County Project Manager to develop a permitting strategy that will allow for rapid implementation of the safety improvements while developing a long-range strategy to design and permit the regional water quality improvements. The ability to move quickly will be based on building upon the goals and data already developed in the existing IMM-SIP, Lake Trafford Restoration Plan, and the Lake Trafford TMDL. The project improvements can likely be permitted through SFWMD via the general permit in 62-330.447 FAC and Corps Nationwide Permit 14 (without pre -construction notification and / or FWS consultation if wetland impacts are less than 0.1 acre). This would allow the construction of the vital safety improvements to be accomplished without the delays associated with USFWS consultation. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 125 We will work closely with the County Project Manager, the County Roadway Maintenance Department, and the community on the design of the proposed water quality ponds. In order to ensure that the water quality ponds function as assumed in the nutrient loading analysis, the long-term maintenance plan must be incorporated into the design to assure that water quality goals are met while not placing an undue burden on the limited available maintenance resources of the County. Anticipating that the proposed ponds will be installed adjacent to surrounding developed and natural uses, significant efforts will be necessary to ensure these facilities are visually appealing as opposed to representing a nuisance "eye -sore" within the community. The proposed water quality ponds will represent the initial implementation of the projects identified in the IMM-SIP. Similarly, the water quality improvements will be permitted through SFWMD under a Conceptual Approval Permit for Redevelopment Activities in Rule 62-330.055 FAC. This approach will allow for innovative pond designs that encourage the available pond area to be efficiently designed and constructed for nutrient reduction rather than simply water quality treatment volume. This approach will allow for future roadway enhancements to be permitted using "debits" from the abundance of water quality treatment provided in the regional facilities, while also calculating a cumulative total of Collier County provided nutrient reductions within the Lake Trafford watershed (for TMDL purposes). 5) Construction Documents and Bidding Services: GHD will develop and assemble all documents necessary to advertise this project for bidding. The anticipated documents will consist of the construction plans, construction sequencing, technical specifications, cost estimates and proposal bid forms. We will provide all services required to support the County by attending Pre -Bid Meetings, responding to Contractor inquiries, updating project documents (as needed), assist in reviewing and ranking the bids in support of the County's selection. 6) Post Construction Services: GHD will provide all construction engineering services listed in the Scope of Services to ensure the design intent shown in the plans are completed accordingly. GHD has in-house Construction personnel and experience with previous Collier County projects. Therefore, we have the necessary institutional knowledge on the County's preferences and expectations for the oversight and inspection activities to ensure the work is performed in close compliance with the Construction Plans. Similarly, we have the ability to provide any necessary training for construction site safety, in addition to operation and maintenance of the anticipated structural BMPs for water quality improvements associated with the new drainage system designs. Controls to Maintain Schedule and Budget I GHD is registered under the ISO 9001:2015 international standard in Consulting, Engineering, Project C� o Management, Design Services, and Materials Testing and as such, has established a Quality System with i detailed Quality Assurance/Quality Control (QA/QC) protocols that govern all aspects of project delivery. " We will implement our QA/QC Plan to promote quality deliverables and continuous improvement. GHD coMppta� also has an effective method to execute independent peer reviews of project deliverables. This program can be adapted for any special client requirements, and with consultation from the County's project team, will be tailored accordingly to ensure quality, accuracy, and proper performance of the work. GHD's standard Design, and Administrative QA/ QC procedures that apply to this contract are described briefly below. Design QA/QC. The delivery of design projects at GHD follows a disciplined program to ensure that the highest quality documents are developed. Each design project will be peer reviewed at the 30%, 60%, and 90% completion stages. Technical Advisors, who are independent of the project team, are assigned to each design project to serve as reviewers and provide technical support. These reviews identify and resolve errors, omissions, and conflicts. GHD's design QA/QC is an ongoing process throughout the project under the direction of the Project Manager. GHD's construction documents are not issued until fully validated and accepted in writing by the review team. This process has allowed us to maintain a low construction change order percentage for our projects. Administrative QA/QC. All project documents, whether the job is active, inactive, archived, current, open, or closed, are archived electronically for access to the project record in the future. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 126 4.2 Project Schedule Our proposed schedule and activities shown on the following page reflects a 21 month design duration; however, we can shorten our efforts based on early and aggressive coordination in establishing funding sources through both FDEP and the South Florida Water Management District (SFWMD). We spoke with Sara Davis at FDEP, and she offered a a considerable amount of information based on the design strategies being considered for both project areas. ask Name 1 Notice to Proceed 2 Kick -Off Meeting 3 Prepare and Submit QC Plan 4 Preliminary Project Research 5 Review Avilable Project Data & Site Visit(s) 6 Wetland Jurisdictional Delineations 7 Cooperative Funding Coordination 8 Meetings with County & Other Stakeholders 9 10 Topography 11 Infrastructure, Existing Drainage & Utilities 12 Soil Boring Classification & Seasonal High Water 13 Wetland Boundaries & Hydroperiods 14 15 2XAUW1Q2XMMfiSi2T 16 Drainage Basin Delineations 17 Preliminary Pipe, Structure Layouts & Pump Station Analysis 18 Roadway Typical Section & Preliminary Design 19 Environmental & Cooperative Funding Meeting(s) 20 Develop 30% Plans & Intial Cost Estimate 21 G H D QC/QA 22 Submit 30% Plans and Preliminary Reports 23 Collier County Review 24 00 25 Incorporate 30%/ 60%/ 90% Review Comments 26 Revise & Complete Drainage Design and Modeling 27 Revise & Complete Roadway Design 28 Environmental Clearances 29 Finalize Cooperative Funding Agreements 30 Prepare & Submit ERP Application & Approval 31 G H D QC/QA 32 Submit 60%/ 90%/ 100% Plans, Report & Cost Estimate ration IStart Request for Professional Services No. 20-7713 Lake Trafford Stormwater Improvements and Water Treatment Facility Finish Predecessors I2020 0 days Mon 7/13/20 Mon 7/13/20 1 day Mon 7/20/20 Mon 7/20/20 1FS+5 days 10 days Mon 7/20/20 Fri 7/31/20 2FS+1 day 60 days Mon 7/20/20 Thu 10/8/20 2FS+1 day 30 days Mon 7/27/20 Thu 9/3/20 4SS+7 days 10 days Mon 8/24/20 Fri 9/4/20 100 days Fri 9/4/20 Thu 1/21/21 9 30 days Mon 1/25/21 Fri 3/5/21 15FS+1 day 210 days Mon 2/22/21 Fri12/10/21 23SS+20 days Mki Collier County Review .. 34 50 days 35 Attend Pre -Bid Meeting 36 Address Contractor Technical Questions 37 Provide Construction Plan Addendums 38 Assist in Review of the Submitted Bids 39 Provide Bid Award Recommendation 40 ��7.7ibilt��<•A191=w�����ia.vil=w: Tue 12/14/21 Mon 1/10/22 24FS+1 day Tue 1/11/22 Mon 3/21/22 33SS+14 days 2021 Q3 Q4 7/13 II II r� �1 II 21 Month Project Schedule 2022 Q2 Page 1 GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 127 4.3 Project Approach The proposed designs for both of these projects will be developed to address the current drainage and water quality improvements within the Lake Trafford watershed. Additionally, the design strategy will be developed to anticipate future growth in the area and allow for expansion and adaptation to create permanent solutions and prevent interim "throw -away" designs. Our approach will ensure that solutions are effective, sustainable, and make efficient use of County resources. Public involvement and outreach will be a pivotal component of our plan to ensure project success as it relates to public safety and minimizing disruption to First Responders and daily services. Ultimately, the proposed strategy will be to use standard design practices within existing right-of-way and County -owned land to control capital and maintenance costs. Our team performed site visits and conducted a significant amount of research to better understand the characteristics of both project sites and surrounding community. The general land -use along the project corridor is primarily residential with intermittent undeveloped land. Lake Trafford Road (CR 890) between Tippins Terrace and Carson Road is an undivided two-lane roadway with roadside ditches to collect stormwater runoff from both the roadway and adjacent off - site properties. Based on the Scope of Services contained in the Request for Professional Services (RPS), the County is seeking comprehensive design services to address pedestrian and bicyclist safety, water quality improvements, and recurring flooding along Lake Trafford Road between Tippins Terrace and Little League Road. Additionally, the County would like to construct a regional stormwater facility south of Lake Trafford Road and west of Carson Road to address regional stormwater needs and reduce nutrient loads within Immokalee Slough. The general approach to deliver purposeful and cost-effective solutions for both of these projects is as follows: prepare a feasibility study to examine potential design strategies, perform watershed modeling for both of the preferred design alternatives, develop construction and biding documents in support of the County, and provide post -design services for all construction activities. GHD's approach to this project is to work closely with County managers to develop a design that addresses current flooding and water quality concerns, yet comprehensive enough to accommodate future improvements along this roadway corridor. The following narrative describes GHD's strategy to address safety and drainage improvements along Lake Trafford Road and water quality improvements to Immokalee Slough in a meaningful and cost-effective manner. Lake Trafford Road between Tippins Terrace and Little League Road Although prior attempts were made to improve safety for pedestrians and bicyclists along this section of roadway, the County is requesting a separate designated pathway along the north side of Lake Trafford Road to further improve the safety for all users. The existing path is protected by low profile traffic barriers along with flexible delineator posts, which exhibited a significant amount of damage at various locations during our site visit. We developed a proposed roadway typical section to address "context -based" upgrades, given the needs of the community within this portion of Immokalee, as illustrated below. q tomsr:te s�� RAY LINE R!W Lf7fE R!W vAAIE5 {50, ON? RM VAMES f31Y MIN.J f OrQVW �L I 22, ALTERNATIVE � J TYPICAL SECTION Cif 890 LAKE TRAFFORD ROAD ��I �I 1h PfurA� f+r9Wn� MILL R€SURFACE: & RELOCATE CROWN TIPPINS TERRACE TO LITTLE LEAGUE ROAD GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 128 These safety improvements will impact the existing ditches along both sides of Lake Trafford Road. As noted in the proposed Typical Section, we have introduced Type F curb and gutter along the north side of the roadway to allow for a new 8-ft. wide sidewalk, in lieu of an offset pathway. During the site visit, we determined that much of the off -site area drains to the existing north ditch and flows westward toward Lake Trafford. More importantly, the off -site areas along the north side of the roadway are generally much lower than the roadway and would be significantly impacted by relocating the pathway closer to the north right-of-way limits. Therefore, this ditch is critical in providing both storage and conveyance for roadway and off -site runoff. By adding the curb and gutter along with the piped conveyance, there is adequate space to relocate the ditch to collect off -site flows and improve the overall drainage performance along this flood prone area. Likewise, the wider and elevated sidewalk provides pedestrians a safer corridor more typical of other curbed roadways observed in Immokalee. The roadway crown will shift 2-feet to the north to allow for a 2-ft. shoulder on the south side of the roadway, while utilizing the existing pavement already in -use. The proposed storm sewer system will collect both roadway and off -site flows and convey the stormwater runoff from east to west toward Tippins Terrace. Curb inlets and pipe grates will be incorporated to account for driveways and side streets, minimizing the potential for ponding on the roadway and culvert obstruction, respectively. The storm sewer system will cross under Lake Trafford Road near Tippins Terrace and continue southward to an existing pond located 500-ft. south of Lake Trafford Road and west of residential homes on Tippins Terrace. The existing pond receives stormwater runoff from this residential community; however, no permit could be located for this apparent stormwater facility. The pond is overgrown with willow, potentially limiting its ability to effectively treat and convey stormwater runoff. There is an existing outfall ditch that connects to Lake Trafford, but there are no controls regulating flow from the pond to the lake. Based on LiDAR imagery, this 3-acre waterbody would function hydraulically with the proposed Lake Trafford Road drainage system based on the surrounding terrain. To account for current and future stormwater management needs, the existing pond could be regraded and replanted with new vegetation specifically intended to improve storage capacity and filtration efficiency. The proposed water quality upgrades provided by the re -designed pond is a listed priority project for this watershed and is consistent with the Immokalee Stormwater Improvement Program. Similarly, the potential exists to expand the western limits of the pond to increase volume and filtration capacity in lieu of constructing a new pond to the north, which is anticipated to result in greater wetland impacts. Additionally, there is an existing willow head to the northwest of the existing pond, which could be used to store, filter and convey excess runoff during extreme storm events and account for potential future water management needs to this general area. Finally, as a means to reduce the total project costs, we believe that there may be potential to secure Grant and/or Cooperative funding for the proposed improvements, and that wetland mitigation required to offset proposed drainage improvements could be accomplished within regional County -owned parcels. Traffic Control Since Lake Trafford Road is the only facility that provides direct public access to Lake Trafford from SR 29 and the City of Immokalee, the Temporary Traffic Control Plan (TTCP) will require careful consideration involving the vehicle types using this roadway and preserving access to the public boat ramp. The streets in this area of Immokalee are not in a connective grid pattern, so temporary off -site construction detours are not preferred and work will be done under open traffic conditions. GHD has proposed a roadway design that includes removing the surface -mounted channelizing delineators then saw - cutting and removing 6-ft. of the pavement on the north side of the roadway. The pavement removal, pipe installation and Type F curb and gutter can be constructed with a TTCP consisting of a flagger and two-way traffic on the existing eastbound lane, in accordance with FDOT Standard Plan Index 102-025. The sidewalk construction along with the front and back slope embankment grading can be accomplished without traffic pattern changes utilizing FDOT Standard Plan Index 102-010. Similarly, the shoulder and ditch grading on the south side of the road can also be accomplished without traffic pattern changes, as noted in FDOT Standard Plan Index 102-010. Arrowhead Phase 1, Tract 3 Stormwater Treatment Facility The County is also requesting the design of a new stormwater facility within County owned land south of Lincoln Boulevard and immediately west of Carson Road — its location shown on the next page. This new facility will be located within a 28.1-acre site and will be designed to process stormwater runoff from current and future roadway projects involving Carson Road and Lake Trafford Road. The County also desires to install a new water pump station located along Carson Road/ Immokalee Drive near the roadway crossing over Immokalee Slough, which will pump water from the slough and into the proposed water management facility. The intent of this system is to both maintain the health of the marsh and littoral GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 129 areas within the facility during the dry season and to promote nutrient removal from the slough prior to discharging to Lake Trafford. Given the size of this County owned parcel, including the existing 1.30-acre conservation area, there are a number of design approaches that can be developed to satisfy the stormwater needs of the contributing watershed. Though not a primary focus of the facility, the massive live oaks along the interface between the 28.1-acre parcel and the slough presents an opportunity to develop a design that would provide for a community park that accommodates passive recreational uses for the surrounding neighborhood such as walking, picnicking, and wildlife viewing. Therefore, the preferred design for this site will consist of a primary intake pond to manage first -flush flows and remove coarse particulates, followed by a filter marsh to remove finer particulates and to encourage nutrient uptake. The filter marsh will include a series of pools to control flows throughout the system and operate in a manner similar to a natural wetland system. As a safeguard, a surface water pump system will be included and operate in a similar manner as a lift -station, to pump water from the Immokalee Slough into this stormwater facility to uphold the biological functions of the filter marsh area. The pump system will be designed for minimum maintenance and maximum life and include redundancy for power outages and flexibility to accommodate future needs. To develop the most cost-effective design, we will coordinate the preferred solution through the County's Project Manager and other Departments, such as Maintenance, due to the commitments and recurring activities required to uphold the function of these specialty designs. Similarly, we will also discuss water quality sampling locations, and type of monitoring required, to assure the success of the regional stormwater facility design in reducing the nutrients within Immokalee Slough, and ultimately Lake Trafford. Public Education The Lake Trafford Stormwater Improvements and Water Treatment Facility project may be an excellent opportunity for the County to educate the public about the importance of this project as a contributing solution to recent high -profile challenges including high nutrient loadings in nearby Lake Trafford and blue-green algal blooms experienced in Southwest Florida in recent years. In coordination with other similar educational initiatives that the County has undertaken in recent years for Stormwater pollution prevention, a Lake Trafford Stormwater public education program could be a great tool for teaching about personal pollution and how to prevent it. To reach this goal the County may consider the following strategies: • Educational signage at the project site to teach local residents about best management practices for maintaining Stormwater ponds to positively impact water quality • Educational tours of the site for local students at the nearby Lake Trafford Elementary School and other local schools • Meeting -in -a -Box resources designed to make it easy to teach about the project at off -site community events or in local classrooms • Educational signage at the Ann Olesky Park that will outline the benefits of the project to the water quality in Lake Trafford Should the County choose to include Stormwater education as part of the project, we have included Karen Miller as our Community Outreach specialist. Her experience includes working with Lee County on personal pollution, Stormwater and Fertilizer Education programs. She is also a founding member of the STEM Team of Southwest Florida and has worked with Collier and Lee County Public Schools and other organizations such as C'MON to provide STEM education to grades K-12 for the past ten years. Karen has been successful in assisting clients in obtaining FDEP 319 Education Grants for similar projects in the past. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 130 Location 5. Location GHD recognizes the value of providing outstanding project coordination working with a strong and stable team of experienced professionals. We can meet many of the services as listed in the RFP, supplemented by our experienced subconsultants. Your project staff will be based primarily in our Fort Myers, Florida office but will draw on other company expertise, as needed. • Fort Myers Orlando (Lake Mary) Tampa (Florida Corporate Office) • Jacksonville Miami West Palm Beach ON a ", + 4- GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 132 p M=M- BRORL, �ll OFPM'Pll Firm Workloads"`° ! 6. Recent, Current and Projected Workloads of the Firm 6.1 Current and Projected Workload In order to maintain our current and projected workload, GHD has developed tools to provide close monitoring of schedules, to evaluate critical path activities for the project and develop a draft project schedule in Microsoft Project. The Project Manager will review and update the schedule on a weekly basis as well as monitor the resource availability for each project phase. During this review we can identify any additional action or resources required to execute the scope of work within the required schedule. We have found this approach effective in avoiding schedule creep, keeping the project on track, and meeting the milestone dates. It is our estimation that we have sufficient capacity and ability to commit our resources to the County and complete project phases in an expedient manner. 6.2 Workload Planning GHD's workload planning and review process includes evaluating project objectives, scope activities, services to be performed, and personnel allocation. Workload allocation charts are available for all staff to review. We use "bottom up" communications to our management team so that "reality checks" can be made on both current time commitments and as new work phases begin. This activity is an integral part of our overall project management system. GHD has immediate availability and capacity to quickly negotiate and initiate our project contract with the County and transition into executing work phase assignments. Our Project Team agrees that we have the current and projected work capacity to complete all phase of the project. In addition to those key individuals shown in the organizational chart, GHD has over 120 personnel in Florida to provide the support necessary to satisfy project requirements. Carl will be responsible for identifying resource needs (budget, schedule, and staff) related to any specific project requirements and has the authority to reassign staff as needed, in order to maintain both schedule and budget compliance. The County will benefit from access to our locally -based and highly qualified, motivated and committed personnel who are dedicated to providing the necessary services to support this project. GHD is capable of providing uninterrupted, quality services throughout the life of the project and will commit our most qualified personnel to the task. Our extensive local resources will have a positive impact on project schedule and completion, and the avoidance of delays. GHD has developed the following six -step approach to facilitate the completion of assignments in a timely manner. This approach will be used during the project assignment, and may be adjusted as needed. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 134 6.3 Six Steps for Project Phase Assignments 1. We will meet with the County to discuss and understand specific goals and objectives (deliverable -based) for each stage of the Lake Trafford project. 2. We have identified project team members based on technical knowledge and skills, local knowledge and experience, and have maximized cost effectiveness by balancing between senior and junior professionals, taking into account current availability. At the beginning of the project we will communicate defined detailed roles to all project team members. 3. Once specific goals and objectives are developed we will organize the project into specific, measurable tasks with associated budgets which will be clearly communicated to and adhered by the project team. 4. As part of our Standard Operating Procedure, GHD has a set protocol for establishing effective project communications procedures and we require documentation of all critical communications with clients, internal team members and subconsultants. Prior to kick-off a Project Communication Plan will be developed and distributed to all. 5. We will work with the County to develop a realistic schedule to meet goals with milestone dates, while monitoring project status throughout, and make adjustments as needed, to keep on or ahead of schedule. 6. GHD has a protocol for project documentation that requires us to submit project progress reports on a monthly basis. We are committed to a robust schedule of project communication that will keep County staff in the loop for all significant project developments. GHD recognizes the importance of workload projections and having the available resources to meet our clients' normal and emergency requirements. GHD reviews its workload projections regularly, as part of our project management procedures. This review includes evaluating project objectives, work scopes, staff resources, and types of services to be performed. GHD's management and business model is unique, compared to typical consulting firms in that all offices and individual member firms, are non-competitive. GHD operates on only one profit center. This model allows personnel and resources to be available from all locations and ensures that the appropriate expertise is applied to any given project. Accordingly, GHD has the option and ability to absorb peaks in workflow with the minimum of disruption. We believe that these elements form the basis of quality performance, which has been an essential component of our success for decades. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 135 endi'x A aired Forms Collier coHnty Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: ® General Bid Instructions has been acknowledged and accepted. X❑ Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ® Form 1: Vendor Declaration Statement X1 Form 2: Conflict of Interest Certification ❑X Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. ❑X Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ® Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ❑X E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ® Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. ® Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. NA ❑X Vendor W-9 Form. ❑X Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑X The Bid Schedule has been completed and attached with your submittal, applicable to bids. NA ® Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ® County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. NA ® Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** Administra�ve Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMIS SIGNERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor end Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as asub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WI-�REOF, WE have hereunto subscribed our names on this 8th day of May , 20 20in the County of Hillsborough 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 *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: GHD Services Inc. 2675 Winkler Avenue Fort Myers, Florida 33901 9331 16-1229774 •• •��• brian.moore@ghd.com Brian Moore, PE Vice President ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: *"xUPDATED JANUARY 28, 2020X** Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County proj ect identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals /past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), documents) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. State of Florida County of Hillsborough The foregoing instrument was acknowledged befor of May (month), 2020 (year), by_ Personally Known OR Produced Identification Personally Known Type of Identification Produced GHD Services Inc. Company Name Signature Brian Moore, PE, Vice President Print Name and Title e l�y means. _ ❑physical presence or ®online notarization, this gtn day ��\ ' � .. �' �� (name of person acknowledging). (Signature of Notary Public -State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Michelle F Eguia NOTARY PUBLIC STATE OF FLORIDA Comm# GG9772C17 Expires 4/812024 ***UPDATED JANUARY 28, 2020*** co �� ca�.�.ty Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://vvww.e-verify•gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (S� day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposaUbid. State of Florida County of Hillsborough The foregoing instrument was acknowledged before e by, means of ❑physical of May (month), 2020 (year), by �� (�� � � �`���� (Print, Personally Known OR Produced Identification Personally Known Type of Identification Produced GHD Services Inc. Company Name Signature Brian Moore, PE, Vice President Print Name and Title ence or ®online notarization, this 8th day (name of person acknowledging). Signature o�Notary Public -State of Florida) Type, or Stamp Commissioned Name of Notary Public) _�Za��.�� MiChetle F Eguia NQTARY PUBLIC STATE QF FLORlDA Comm# GG9772Q7 Expires 4l8/2024 ***UPDATED JANUARY 28, 2020*** State of Florida Department of State I certify from the records of this office that GHD SERVICES INC. is a Delaware corporation authorized to transact business in the State of Florida, qualified on October 16, 2003. The document number of this corporation is F03000005291. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 17, 2018, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fourth day of October, 2018 Secretary of State Tracking Number: CU9341027787 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication SECG E-Verify- Company ID Number: 208264 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE 1 PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and GHD. Inc. (Employer) regarding the Employer's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), and the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E- Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer with available information that allows the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). Page 1 of 13JE-Verify MOU for EmployerlRevision Date 10/29/08 www. d h s. g n v r E- V p ri f y E-Verif - Company ID Number: 208264 5a vaaiex`== , 5E� IIIIIIIPToas 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, DHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: e Automated verification checks on alien employees by electronic means, and e Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. DHS agrees to safeguard the information provided to DHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Page 2 of 13IE-Verify MOU for EmpbyedRevision Date 10/29/08 www.cllis.gov/E-Verify E-Verify. e-vexl PY I9 A se�E£CGoxS �'eaP Company ID Number: 208264 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E- Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. B. Failure to complete a refresher tutorial will prevent the Employer from continued use of the program. 5. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form 1-766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. Page 3 of 131E-Vedfy MOU for EmployegRevision Date 10/29/08 www. d hs.gov/E - V e r if _\ 3y sscp Verify Company ID Number: 208264 6. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 5 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. In all cases, the Employer must use the SSA verification procedures first, and use DHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4 of 131E-Verify MOU for EmployerlRevision Date 10129/08 www. d hs.g ovl E -Verify �t� 56C4 VerifyE- 00�E-V�RI?�c6 IS A SERVICE DE= �o l N Company ID Number: 208264 adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non -match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non -match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2615 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign' or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration -related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 12. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 13. The Employer agrees that it will use the information it receives from SSA or DHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page 5 of 131E-Verify MOU for Employed Revision Date 10/29/08 www.(ilis.gov/E-Verify �E SECG E-Verify. E1I , 'gF b, cE"sTo Company ID Number: 208264 authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 15. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 6 of 171E-Verify MOU for EmployedRedsion Date 10/29/08 www. d h s (1( v i -Verify ay o�y sacp� E-Verify- Company ID Number: 208264 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. C. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II.D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.5, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.5, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article II.C.5, or update the previous 1-9 to provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to- date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. Page 7 of 13JE-Verify MOU for EmployedRevision Date 10/29/08 www.(]lis.gov/E-Verify o'Y°\ vp6' 6[C4 Verify ¢vrasblxx Company ID Number: 208264 ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system -generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non - match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible Page 8 of 191E-Verify MOU for EmployelRevisim Date 10/29/08 www.d hs.gov,E Ne rify � .y SECp'f^ Everify s.=b �IIp�I�Xs Company ID Number: 208264 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E- Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: Scanning and uploading the document, or Sending a photocopy of the document by an express mail account (furnished and paid for by DHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to DHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at DHS who will determine the photo match or non -match. ARTICLE IV SERVICE PROVISIONS SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E- Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take Page 9 of 13]E-Verify MOU for EmployedRevision Date 10/29/08 www.rlhs gov'F-Verify Verify veaxex x Company ID Number: 208264 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, that Employer will remain a participant in the E-Verify program, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. Page 10 of 13JE-Verify MOU for Employed Revision Date 10/29/08 www.dhs govIE-Verify SECL E-Verify ca o c`eTOP Company ID Number: 208264 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer GHD, Inc. Donald F Graf Name (Please Type or Print) Electronically Signed Signature Department of Homeland Security — Verification Division USCIS Verification Division Name (Please Type or Print) Electronically Signed Signature 04/22/2009 Date 04/22/2009 Page 11 of 13JE-Verify MOU for EmployerlRevision Date 10/29/08 e-vexxex Ss w saa�t 5£CG ovs Verify L d/ SA�Z IliooR McE� Company ID Number: 208264 Information Required for the E-Verify Program Information relating to your Company: Company Name: GHD, Inc. Company Facility Address: 16451 Scientific Way CA 92618 Company Alternate Address: County or Parish: ORANGE Employer Identification Number: 98042593 North American Industry Classification Systems Code: 541 Parent Company: GHD Inc. Number of Employees: 100 to 499 Number of Sites Verified for: 14 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: VIRGINIA 1 site(s) Page 12 of 131E-Vea"ry MOU fc, Emplc er!Reaisien Date 10/29/08 e-aeev is n sent/ LS�CLsas E-Verify. vs{ Nc�e oeR Company ID Number: 208264 CONNECTICUT 2 site(s) MARYLAND 1 site(s) WASHINGTON 1 site(s) MASSACHUSETTS 1 site(s) CALIFORNIA 1 site(s) ARIZONA 3 site(s) NEW YORK 2 site(s) NORTH CAROLINA 2 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name LaSonia S Green Telephone Number. (206) 838 - 8556 Fax Number: E-mail Address. lasonia.green@ghd.com Name. Nicole Pierson Telephone Number: (206) 441 - 9385 Fax Number: E-mail Address: nicole.pierson@ghd.com Name: Donna M Prosser Telephone Number (315) 656 - 8161 ext. 275 Fax Number: E-mail Address. donna.prosser@ghd.com Name: Jennifer L Carney Telephone Number: (315) 665 - 8161 Fax Number: E-mail Address. jennifer.carney@ghd.com Page 13 of 131E-Verify MOU for EmploverjRevision Date 10/29/08 Co per Co�.�.ty Administrative Services Department Procurement Services Division Form 4: Vendor Submittal —Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County 0 Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or anon -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ❑x Lee County: 1980 Number of Employees (Including Owners) or Corporate Officers): E'� Number of Employees Living in ❑Collier County or x❑ Lee (Including Owners) or Corporate Officers): If requested by the County, Vendor will be required to provide documentation substantiating certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties o I certi� that the information shown on this form is correct to my knnwle Company Name: GHD Services Inc. Date: 5/8/2020 Address in Collier or Lee County: 2675 Winkler Ave, Fort Myers, Florida 33901 ... - ; Signature: an Moore, PE Title: Vice President 7 the information given in this �e. ***UPDATED JANUARY 28, 2020*** CAler caHMty Administrative Services Department Procurement Services Division • Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Reference Questionnaire for: GHD Services Inc. (Name of Company Requesting Reference Information) Karen Miller (Name of Individuals Requesting Reference Information) Name:Richard Thompson Company:City of Fort Myers (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: com FAX: (239) 344-5943 321-7630 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: City of Fort Myers MS4 Water Quality Completion Date: Ongoing Monitoring Project Budget: $45K/Year Project Number of Days: Ongoing since 2016 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 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.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 93 Co er County Administrative Services Department Procurement Services Division • Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Reference Questionnaire for: GHD Inc. (Name of Company Requesting Reference Information) Richard Walker (Name of Individuals Requesting Reference Information) Name: Cal Hardie (Evaluator completing reference questionnaire) Email: .net FAX: N/A Company: City of Tampa (Evaluator's Company completing reference) 13) 274-3280 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: East Davis Boulevard Completion Date: Summer 2021 Project Budget: Current Iteration $148,575 Project Number of Days: Project on hold by City of Tama Item Criteria Score (must be completed) 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. 9 4 Quality of consultative advice provided on the project. 9 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 Co ier County Administrative Services Department Procurement Services Division • Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Reference Questionnaire for: GHD Inc. (Name of Company Requesting Reference Information) Richard Walker (Name of Individuals Requesting Reference Information) Name: Carl Karakos (Evaluator completing reference questionnaire) Email Company:City of Fort Myers (Evaluator's Company completing reference) FAX: (239) 344-5943 321-7458 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored 11 0." Project Description: Edison Ave. Realignment Project Budget: Current Iteration $300,000 Completion Date: March 2020 Project Number of Days: Project on hold by City of Fort Myers Item Criteria Score must be completed) 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. 9 4 Quality of consultative advice provided on the project. 9 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. 9 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 95 Collier County Administrative Services Department Procurement Services Division • Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Reference Questionnaire for: GHD Services Inc. and Peninsula (Name of Company Requesting Reference Information) Peninsula Engineeirng — John English and Dan Waters (Name of Individuals Requesting Reference Information) Name: Dawn Montecalvo (Evaluator completing reference questionnaire) Email: dmontecalvo@guadalupecenter.org FAX: Company: Guadalupe Center (Evaluator's Company completing reference) 239-675-2908 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the frm/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: Guadalupe Van Otterloo Campus Project Budget: +/- $10,000,000 Completion Date: +/- J ly 2021 Project Number of Days: Item Criteria Score must be completed) 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 Collier CoH.nty Administrative Services Department Procurement Services Division • Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7713 Engineering Design Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Reference Questionnaire for: GHD Services Inc. (Name of Company Requesting Reference Information) Karen Miller (Name of Individuals Requesting Reference Information) Name: Sal Dickinson (Evaluator completing reference questionnaire) Email: sal.dickinson@dickinsonassoc.com FAX: Company: Dickinson & Associates (Evaluator's Company completing reference) 770-5555 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: _Lee County Fertilizer Education Program — Public Outreach for Stormwater Nutrient Reduction Project Budget: $1OK_ Completion Date: November 2019 Project Number of Days: 90 Item Criteria Score must be completed) 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 Insurance / Bond Type 1. ® Worker's Compensation INSURANCE AND BONDING REQUIREMENTS Required Limits Statutory Limits of Florida Statutes, Statutory Limits and Requirements Chapter 440 and all Federal Government Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at httns:Hanns.fldfs.com/bocexemnt/ 2. ® Employer's Liability $ 190009000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $ 190009000 single limit per occurrence, $2,000,000 aggregate for Bodily ISO form. Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $ 190009000 Each Occurrence; Bodily Injury & Property Damage; Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ 1,000,000 Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 59/o of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and Payment For prof ects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 1003 8. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions ill be addressed by the Collier County Risk Management Division. regarding Builder's Risk Insurance w 1/8/2020 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability maybe required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency GHD Services Inc. Brian Moore, PE Willis of Massachusetts, Inc. Date May 82020 , Agent Name Jeffery Bakowski Telephone Number 860 756 7331 Page 1 of 2 A` ) �0 R� RRR CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIY 11/22/2019 19 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Willis of Massachusetts, Inc. c/o 26 Century Blvd P.O. Box 305191 CONTACT NAME: WCNNo Ext: 1-877-995-7378 AC No: 1-888-467-2378 E-MAIL certificates@willis.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# Nashville, TN 372305191 USA INSURERA: Allied World Assurance Company US inc 19489 INSURED GHD Services Inc. 2055 Niagara Falls Blvd., Suite 3 INSURER B: Zurich American Insurance Company 16535 INSURERC: Beazley Insurance Company Inc 37540 INSURERD: Lloyd's Syndicate 2623 (Beazley Furlong Li C2166 Niagara Falls, NY 14304 USA INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: W13952913 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 ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 25,000 A PERSONAL & ADV INJURY $ 1,000,000 0310-4497 12/01/2019 12/01/2020 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY � PRO - POLICY LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY AUTOS BAP 3757423-04 07/01/2019 07/01/2020 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ nHpIII IRITTEDcG nr� X nN�ON-OcSWc��N�NEDD Co710be3: C,UTO§.O L�5250 X X Hired Physical Damag $ 100000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? No (Mandatory in NH) NIA WC 0380936-04 07/01/2019 07/01/2020 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C Professional Liab. V29599190101 12/01/2019 12/Ol/2020 Each Claim: $1,000,000 Aggregate: $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE To Whom It May Concern-GHD Services Inc. (/�— © 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 18847015 BATCH: 1468300 AGENCY CUSTOMER ID: LOC #: ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED GHD Services Inc. Willis of Massachusetts, Inc. 2055 Niagara Falls Blvd., Suite 3 POLICY NUMBER Niagara Falls, NY 14304 USA See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Additional Insured status can be granted as above only where required by written contract. General Liability policy can be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional Insured where required by contract or agreement. Waiver of Subrogation can be applied as above in favor of Certificate Holder where required by contract or agreement. INSURER AFFORDING COVERAGE: Lloyd's Syndicate 2623 (Beazley Furlong Limited) NAIC#: C2166 POLICY NUMBER: W29657190101 EFF DATE: 12/01/2019 EXP DATE: 12/01/2020 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Pollution Liability Each Occurrence: $1,000,000 Aggregate: $1,000,000 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 18847015 BATCH: 1468300 CERT: W13952913 Form 9 Rev, November 2017) ;HD Services inc. Z F3usiness name/disregarded name, on this line; do not leave this line blank. 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see instructions on page 3): ❑ Individual/sole proprietor or 21 C Corporation ElS Corporation ElPartnership ElTrust/estate single -member LLC Exempt payee code (if any) N/A ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax classification of the single -member owner, Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) N/A LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. III instructions. Requester's name (Applies to accounts maintained outside the U.S.) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding, For individuals, this is generally esident alien, sole proprietor, or disregarded entity, see the instructions for Part 1, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and F.. -ication number Number To Give the Requester for guidelines on whose number to enter, �DeO��Llflf1[! Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA codes) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here U.S. person ® 3 'f� t �.,� . .�. € � � `.. . ®ate® im .ter Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. o Form 1099-INT (interest earned or paid) ® Form 1099-DIV (dividends, including those from stocks or mutual funds) ® Form 1099-10ISC (various types of income, prizes, awards, or gross proceeds) ® Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) ® Form 1099-S (proceeds from real estate transactions) ® Form 1099-K (merchant card and third party network transactions) ® Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) ® Form 1099-C (canceled debt) ® Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S, person (including a resident alien), to provide your correct TIN. If you do not return Form 1A1-9 to the requester with a TIIV, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form m9 (Rev. 11-2017) Nreref iltl im Collier County Administrative Services Division Procurement Services Date: May 11, 2020 Email: Cynthia.McCanna@colliercountyfl.gov Telephone: (239) 252 - 8992 Addendum 1 From: Cynthia McCanna, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum # 1 Solicitation #20-7713R-Design Services Lake Trafford Stormwater Improvements & Water Treatment Facility The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. DUE DATE: Change 2. May 18, 2020 at 3:OOPM Bid Opening will be a teleconference meeting on May 18' 2020 at 3:OOPM. Procurement Conference Bridge: This Meeting can also be accessed remotely through the voice Conference Bridge by calling 239-252- 7205 and entering access code 212121 Due to the COVID-19 pandemic, Collier County is following CDC and Department of Health guidance - Social Distancing, encouraging personal hygiene canceling large gatherings, holding remote and virtual meetings - until further notice. As such, please monitor BCC calendars and BidSync to keep apprised of potential changes, deferrals, and cancellations of public meetings related to solicitations. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenmd solicitation. May 11, 2020 Date GHD Services Inc. (Name of Firm) GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 138 I Licenses Ron DeSantis, Governor Halsey BeshearS, Secretary dbapr �xron mert<"" , STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GHD SERVICES INC< 2055 NIAGARA FALLS BLVD.: SUITE #3 IA FALLS NY 14304 * r LICENSE NUMBER: CA99 1 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. db-lar STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN 15 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES I CO-NSOR ENGINEERS, LL ' 2111 DID HICKORY TREE ROAD CLQUD FL 34J]2, _,a0 v. SST. -tan IXPIRATIO '28.2021 Alwan verlN Ilcenzes online at MVROMaUcense.wm o. o 0 TM,1,rmm Do not mret mis a«amene m am Bonn. nre,„e.It Hen1-uo.amo«oenereron me lkemee to e:e em, a«ement. pllamly V Iolwa Mimorily Bttsilvess C'eriiflca(ion ECHO UES, Inc. ]areni6ed uudex the pro5,aiensof °6i and 4R8.18i.FWdda Statwes. fora period rrooa OBt19�S079 0911B20Q7 Woman Business Certification Cella Molnar & Associates, Inc. IscertSed underthe provtsmrm of 28] and 296 18i. Flonda Statutes for a penodfrom. 09/002019 09/09/2021 MANAGEPdENi SERVICES Disadvantaged Business Enterprise (DBE) Certificate of Eligibility ECHO UFS, INC. 1JEETT THE REQI/IREAfEN7'S0F4P CFR, PART 26 .IPARf)rFJ) SAMSCJDES: stow- CaWomYN S.n' H13% e+,mM+�aks.mrme.na,lal.onesr...�, Io7m-4,rvgm6�yRTmB!a%mM Deq,Xyai�all Benin" BRVVtRD In_lL%vHA6EE _1a! GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 140 State of Florida Department of State I certify from the records of this office that GHD CONSULTING INC. is a California corporation authorized to transact business in the State of Florida, qualified on September 14, 2006. The document number of this corporation is F06000005932. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 13, 2020, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-first day of February, 2020 S creliny o `St to Tracking Number: 5317094475CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.org/FilingsICertificateOfStatus/C ertificateAuthentication �FBPE�¢.sa.Nw...,. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE HaOFESNDNAL ENGINEER HEREIN IS LICCNSW UNOLR THE PROVISIONS OE CHAPTER 4J1, ,.... STA, ­F, SPI RID, CARLTON DONALD JR ]910 WINDING TRAIL DRIVE wa� IXRAATION GATE: iERRUARY xR,2lR1 A6xayswRty Ilra[�mPical nryUweau¢na.mm �� Th¢isymn lcema.11 isu ��IaMerlM1izExumcrilinamru¢a � Rv¢a artNvaR.. PelktPzeelPuu ehls4owMrnl r tr FBP_E STATEOFFLORIDA' MARE) OF PRpFFMIC NAU FNGINFFR5 TlrK.mn 15II:Nv CWINElR NF RlIry 15L IXN:An UNUIx,all rH;;vlvraNSlx CFRW+FfR �71.1 LA7RIDi 51 ArU rL'; WATERS. DANLIEL MAMCLS 7APor l>TN WIL wAR NNaIEs FL11165 aICBLSi FERM�lR: P6107�d ExWRwYgNr>in: EtPRurrRv �,>%i er..,lN.t.i. xrt+•+H rX� rI N.FA.Rx{'t� �.. a�,rPoVIe.Pe dbpr STATE OF FLORIDA DEPARTM ENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFE551-AL ENGINEER HEREIN 15 LICENSEDUNDER THE PRO4151ONSOFCHAPTER471, FLCRIDAST�As,UTES BURNS, MEL155A KALEI4�,,, 12E MAMR ALTAIA-HE 5PFI FL E2702 LICEN5E NUMBER P-221 EXPIRATION DATE: FEERUARY2$202C A ye,eiM1 f�nzzonanea MyFbrtleL�nsmm O- A O Th y¢ Icerse.IL¢uUnlaMuldPoe ya�Mryer{rysn fM1e l�snee fo use{ry¢4acumeM. r- ys�.� FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL_ CNN, WEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CG IAPSER 471. FLCRIDASTATEIEES �i MOORE, BRIAN " - 12" HOLLOW s r umPROAv TAMPA rLJ=7 OOENSE NDMB�: P[y101T E%RPAEION 0.61Er fEFRUARY 2F.20T1 Alx+'a5 wLlry9[rrtc on Wa N nryfEzwuvnumm � 51iRN ne rNLal�w.d�I�¢rmlPalw��. pI¢iceixe. leRRNeraAA fer Rnyerre e[MrllanrAe lieernee 4e 4ae ltyo datRmn% d bpr STATE OF FLORIDA DEPARTM ENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFES!R ONAL ENGINEER HEREIN IS LICENSED UNDER TI IE PROVISIONS OF CHAPTER 47L FLORIOA STATUTES WALKER, RICHARD EDWARD 1141 PEPPERTREE LANE PURTCIIAPLOTTE PH-12 HCENSE NUMRER P-24D F ON OATS: EBRUAAY 28, 2021 AM P NF¢enamline a[ NyHaitlNlcvm,mn � � � Du¢maRRrmi:a«u�AEMNammrm, 0. ThIZ IZ Yow llxnx,lth PnlawlRl Nr--tner—the lltt 1, Nze NE Eaum DcxRwTcw,TR.Pa ,�«..wx>.�R...Ke-. �dbpr STATE OF FLOR I OA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIDNAL ENGINEERS RIEPROFESSIONALENGNEERHMINISUCENSIC �k CIERT-rC PROVISIONS OF CHAAPI G11. FORI 1T 11111 COMMAS, JFAALID0 IR 1Y+51A h]INI a O 7AMD. FL 31575 TAM E1C£[vsEq�A6 _ ExPlraTtOH MTL,.. ., LF,ZWi .W'!n way 4a..sy eNM M xyEbhzl<MW eee TM1h DorweNctlndownkw inary fam. hlvrlkeme. R IalxfawM1Jfor artforx wnrnan [M1e Ecerve mete SIk EPn¢rKr,L GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 140 FBPE j STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS TUC PROFESSIONAL ENGINEER HEROIN 15 LICENSE V —017A TI ...... M•.. IC PROVISIONS OF GI IAPTER—, FLORIDA STATUTES SPECIAL INSIREI—R NUMBER:1-3 DOAN, BEN WADSWORTH am7 uc—.. Ro.a TAMPA FL ]36160000 I— LI[Ews[wwmgEx: PFna]4e E%PIPATIDN DATE: FEERVART N 3011 � mis syuururens¢. Always vents IEeaes.I—m M41.,d.Llcmc.mm ulsunuwlul feranyene elnertnan mellcrnsee le usetnu exum,Iil FBPE Sf 51ATE OFFLORMA '• OCY%;IDQF PRCFEMKINAL FN�iINFFR$ T>K>'RtYLAwl.wu iw1w11Ra1L RliN sL r'{w.. l..i.:. n .i PkhrRrExlsus [mrwtfR R71.r LORlbz•,::. D WIE,ADAMTREWOR i TIST 11DHEn UCRL1 RP Ei]RTN R& "Na `� 1.ICB16E5Ml1lR: FEif�6Y1_� TRPIPn TIPH NSTT: Evnn LUNTb,7,pp! 0 RHaEwvnam,. F. kurlrM1l�x4ur �wlmnlMllcmvr �a .r�r.•:rcirrrn dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AN D PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS THEPROFESSIONAL GEOLOGISTREREIY IS LICENSED I DER THE PROW51DNi OF C-HAPTU 492, FL DRIDA 5TATUTFS ENDS'GAFIRLELLE K 59Pe NAlnvTOH OA%S PARNWAY SUITE r � TAMpIl FL 33e10 ' r tIC�E16�[1.NUMODL.PT,YoS� EiiPIRATIPN,R14 ' AiLY'31.2030 uuo,.swnN4wsdR+eaamD+Fs4�emn g ° o dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFBSLD LE ii4EEA HEREIN un LREHSED UNDER THE PROVISEONS OF UTAPTEiL 4 71, FLORIDA STATUTES WILLIAMS, TRUDI K ISi00 S AMROCKDRIW FPRr` oS FE3391'I uEE-s NLRnRER: Fi - ERPIRIlTMNDATE:IRMW1 2E=1 N�ly wMbmwdw M MSFI� W � w• ANPo��Yin duumen[In enyMn Thlaeeor F. n�l[criawlul for w�wR otllartlen tle lkensexmvz LM1e documen[ --260a FBPE 'w...�. STATE OF FLOWDA BOARD OF PROFE55IONAL ENGINEERS THE p0.0FE55lONpt £RG+NEER NETER+I] 110EN6ED PNDER rUE PROVISIONS OF C HAPTER 471, FLORIDA STATUTES ALBERDI, ANDRES F. MI HELCR EEX CIREIE SOLITI I iIEARWnTER FL8]%S9 IJ EN;ETWMBER: P1Fa449_ F]&IRITgR DATE: XFT�I W!Y 2B,>� NMT,VraYy klrnN YrV� MNNafMknM _ mrwlweuammmwam.rvr� Y I1Lke�lEena�1l lau8wM1lb 4npFe tdrflAfn MYeNms<`m,ueliYboMrY- o. GHD I Collier County Lake Trafford Stormwater Improvements and WTF RPS No. 20-7713 140 endi'x B imes Carlton D. Spirio, Jr., PE Project Manager Qualified: Bachelor of Science/Civil Engineering, 1987, University of South Florida, Tampa, Florida. Connected: Member of American Water Resources Association (AW RA) Friend of the AASHTO Technical Committee on Hydrology and Hydraulics (TCHH) and Friend of TRB AFB 60 — Standing Committee on Hydrology and Hydraulics. Professional Summary: Carl's expertise in transportation drainage systems spans more than 30 years in the public and private sectors. Prior to joining GHD, Carl was responsible for developing Drainage Policy and Procedures for the Florida Department of Transportation (FDOT). He brings extensive design experience in integrated stormwater management and watershed planning, drainage conveyance, bridge hydraulics modelling, scour design, coastal protection, watershed and flood plain modelling, stormwater/environmental permitting and site-civil/transportation design. State Drainage Engineer for FDOT Tallahassee, Florida Responsible for all drainage Policies and Procedures for State and Interstate roadways throughout Florida. Developed legislation for drainage and environmental permitting. Coordinated research projects to explore and identify design strategies and materials that are more efficient and cost effective for the State of Florida. Managed the Every Day Counts (EDC) Initiative, both EDC-4 and EDC-5, that allowed the Florida DOT to research and evaluate the Sediment River Hydraulics (SRH-2D) program through the Federal Highway Administration (FHWA). This involved hands-on use, training and peer exchanges with other States to examine the use and benefits of 2-D modeling for bridge hydraulics and floodplain modelling in Florida. District One Drainage Engineer for FDOT Bartow, Florida Responsible for all drainage and permitting services throughout 12 Counties in southwest Florida. Managed 6 District -Wide Contracts that assisted with the design projects and services needed to manage the yearly Work Program. Supervised 8 people within the Drainage/Permitting Group. Lead Drainage Engineer 1-75 Widening Project between Fowler Avenue and Bruce B. Downs I FDOT 0-7 1 Tampa, Florida Performed all drainage services associated with the 6-lane widening improvements between Fowler Avenue and Bruce B. Downs. Developed Bridge Hydraulic Reports (BHR) for the Interstate crossings over the Hillsborough River and Cowhouse Creek waterways. Both of these waterways are influenced by the operating schedule for the Tampa Bypass Canal, which required additional coordination with the Southwest Florida Water Management District (SWFWMD) to properly account for the flood controls on this man-made waterway. Similarly, a new Flood Compensation Area was required to mitigate for floodplain impacts to the Hillsborough River and minimize the potential for increases to flood stages during extreme storm events. Stormwater management was accomplished through either joint pond agreements or using remnant parcels acquired for the roadway widening. Lead Drainage Engineer Interchange Improvements to 1-75 and S.R. 60 FDOT D-7 I Tampa, Florida Performed all drainage services associated with the ramp improvements to 1-75 and connecting travel and turn lanes additions to S.R. 60. All stormwater management was accomplished with the ramp in -filed areas, eliminating the need for right-of-way acquisition. Lead Drainage Engineer U.S. 98 Roadway Widening between S.R. 60 and S.R. 540A I FDOT D-1 I Bartow, Florida Performed all drainage services required to widen U.S. 98 from 4 lanes to 6 lanes. All stormwater management was accomplished within the existing roadway right-of-way using linear ditch systems. Significant cost savings to FDOT by using the existing roadway ditches. Lead Drainage Engineer Spirt Lake Road Widening between S.R. 540 and Recker Highway I Polk County I Lakeland, Florida Performed all drainage services as part of the re -construction of this 2-lane roadway into a divided 4 lane highway. The stormwater management design approach had many hardships due to the existing land uses along this corridor, mainly residential and wetlands. Only one parcel of land had to be acquired for stormwater purposes, as the other ponds were located on existing County owned property. Significant cost savings to Polk County. Page 1 Lead Drainage Engineer U.S. 41 Widening between Old U.S. 41 and Corkscrew Road I FDOT D-1 I Bartow, Florida Performed all drainage services required to widen U.S. 41 from 4 lanes to 6 lanes. All stormwater management was accomplished within the existing roadway right-of-way using linear ditch systems. Significant cost savings to FDOT by using the existing roadway ditches, as the offsite land was mostly retail and commercial property. Lead Drainage Engineer S.R. 70 Widening between Tara Boulevard and Lakewood Ranch Boulevard I FDOT D-1 Bartow, Florida Served as the Lead Drainage Engineer and developed the design approach for all drainage services related to this widening project. A majority of the stormwater management was accomplished using existing FDOT owned property. One offsite pond was acquired near Lakewood Ranch Boulevard to avoid costly impacts to existing commercial property at this intersection. Significant cost savings to FDOT were achieved with the innovative approach to managing stormwater runoff for this project. Lead Drainage Engineer District 7 Bridge Scour Maintenance Contract FDOT D-7 I Tampa, Florida Served as Project Manager to both coordinate and perform Bridge Scour Evaluations for all bridges over water within the 5 Counties included as part of District 7. This work included inter -disciplinary teams consisting of Geologists, Bridge Engineers, Maintenance Staff, Bridge Inspectors, Drainage Engineers and others to thoroughly assess and evaluate the structures ability to withstand channel bed scouring. This work included site assessments, bridge hydraulic modeling, along with structural and geotechnical analysis to better understand the scour vulnerability of existing waterway bridges. Additionally, scour counter-measure designs were developed to armor existing channel beds and minimize the potential for bridge damage and possible structural fatigue as related to scour. All work was performed in accordance to the Federal Highway Administration's rating system as part of the National Bridge Inventory Program. Lead Drainage Engineer S.R. 50 (Cortez Boulevard) Widening between Cobb Road and Jasmine Road I FDOT D-7 1 Tampa, Florida Performed all drainage services required to widen S.R. 50, which serves as a bypass to the south of the City of Brooksville. All stormwater management was accomplished in offsite ponds, due to the number of designated "closed basins" throughout the project limits. The primary drainage design challenge involved the Carlton D. Spirio, Jr. by-pass systems that were required due to the size of the offsite basins that drained directly to the project. This approach was necessary to minimize the pond sizes (foot -prints) required to meet the "closed basin" criteria for permitting. Lead Drainage Engineer S.R. 563 Re -Align Harden Boulevard between Pipkin Road and the Polk County Parkway FDOT D-1 I Bartow, Florida Performed all drainage services required for a new roadway alignment in southwest Lakeland. The primary design challenge for this project involved the remnant "strip mining" pits that existing for the northern half of the project limits. Special drainage designs were developed for the stormwater management ponds and floodplain compensation created by the new roadway alignment through the abandoned mines. Likewise, several neighborhoods were impacted by the new roadway alignment, which required additional stormwater management compensation to mitigate for the impacts to the existing stormwater ponds associated with these developments Lead Drainage Engineer Ridge Road between Moon Lake Road and U.S. 41 1 Pasco County I New Port Richey, Florida Performed all drainage services required for a new roadway alignment in western Pasco County, between S.R. 54 and S.R. 52. The primary design challenge for this project involved the bridge design for the proposed crossing of the Pithlachascotee River and the associated floodplain impacts created by this new roadway facility. Much of the project limits were located within designated floodplain boundaries; however, the flood stages were not defined and the limits were approximated. Therefore, extensive modeling was required to establish the stages throughout the project limits based on biological indicators and historic flood data. This information was used to calibrate the model and establish new flood stage data along this 4-mile corridor. Special drainage designs were developed for the stormwater management ponds and conveyance systems (both closed and open) to limit the overall roadway foot -print and minimize the impacts to existing wetlands systems and habitat along this new roadway alignment. Lead Drainage Engineer S.R. 60 Bridge Replacements for Polley Creek and the North Prong Alafia I FDOT D-1 I Bartow, Florida Performed the bridge hydraulic analysis and modelling to replace the eastbound structures for both waterways. A scour analysis was also performed to aid the structure engineer in the design of the bridge foundation. All necessary environmental permits were prepared and obtained to perform the necessary construction activities to replace both bridges. Page 2 PMq Brian Moore, PE Project Principal Qualified: MS, Environmental Engineering and MBA, Business Administration, University of South Florida, BA, Environmental Science, University of North Carolina at Wilmington, AS, Science, County College of Morris Connected: Registered Professional Engineer: Florida Professional Summary: Brian has 23 years' of experience in environmental engineering and has acted as project manager and project principal for Southwest Florida activities over the past ten years. Southwest Florida projects have included environmental remediation, risk assessment, water quality, and Stormwater management. He currently serves as GHD's contract manager for GHD's continuing and on -call contracts with Florida Department of Environmental Protection, Collier and Lee Counties, and the Cities of Fort Myers and Bonita Springs, among others. Project Manager — Design/Construction Ford Street Canal Filter Marsh I City of Ft Myers Fort Myers, Florida Project Manager/Principal for the final design and implementation of the Ford Street Filter Marsh. The project involved completing a geotechnical evaluation along with structural design services for two filter marsh weir control structures, a boardwalk extension, existing boardwalk and canoe launch rehabilitation, and the canal structure located upstream of the Ford Street Canal Filter Marsh. Project Principal Water Quality Sampling I City of Fort Myers I Fort Myers, Florida GHD currently provides water quality monitoring and reporting services for the City of Fort Myers NPDES MS4 Stormwater Testing Program. The sample sites are in various locations along Billy's Creek, Manuel's Branch, Carrell Canal, Winkler Canal, the North Colonial Waterway, and the Downtown Basin. GHD conducts water quality sampling on a monthly basis at nine designated locations. Quality assurance (QA) procedures for the collection of samples and decontamination of sampling apparatus prior to and during use in the field is conducted in general conformance with the Florida Department of Environmental Protection field sampling and laboratory analysis quality assurance protocol codified in Chapter 62-160 FAC Standard Operation Procedures (SOPs) for Field Activities (FDEP SOP-001/01). Laboratory results are delivered in electronic format to meet Florida Department of Environmental Protection (FDEP)'s requirements for inclusion into the State STORET/WIN water quality database. GHD also imports the data into an Access database that is maintained for any further reporting or querying needs. In addition, GHD provides the data in graphical format presenting 12-month rolling averages for each parameter over the previous five (5) years of monthly data. Project Principal Miromar Lakes Water Quality Monitoring I Calvin, Giordano & Associates, Inc. I Lee County, Florida GHD provides triannual water quality monitoring and reporting services for Lake 6 and Lake 3 at Miromar Lakes within the Miromar Lakes Golf Club. Grab samples are collected from a boat at various locations on the applicable lake areas. Samples representing a specific depth are collected using a Van Dorn water sampler. Monitoring reports are completed for each sampling event and data is reviewed and analyzed annually. Project Engineer Risk Assessment I Bakers Park I City of Naples Naples, Florida Project engineer responsible for reviewing the initial design plans for anticipated park features planned for construction over an area that contained buried debris. The process involved evaluating potential risks to future site occupants after park development. The process also required development of a long-term management plan and associated future costs. Contract Manager Lee County Environmental Engineering Continuing Contract Brian is the Principal and contract manager for the Lee County Environmental Continuing Services Contract. Currently under this contract GHD is providing a study for the demolition of 3 lee county water and wastewater treatment plants, along with the development of demolition specifications for the project. Page 1 PMR Project Manager Hazardous Waste I Tice Street I JLM Financial Ft Myers, Florida Project manager responsible for the assessment and remediation of a chlorinated solvent groundwater contaminant plume. Chlorinated solvents were historically utilized at the industrial site in the past that resulted in shallow groundwater impacts. Site assessment was completed through the use of direct push profiling and well installation. Following assessment, remedial injection were conducted using a slow release oil substrate in order to stimulate the natural microbes to degrade the chlorinated solvents dissolved in groundwater. Following injections, periodic monitoring was conducted until the site was determined eligible for a Conditional Site Closure. The conditions will require a use restriction for shallow groundwater. The final restrictive covenant is currently being prepared. Project Manager Oil & Gas I Anadarko Petroleum I West Felda, Florida Project manager/engineer for the assessment and remediation of three saltwater brine groundwater plumes associated with former oil production sites. Saltwater brine was discharged in the vicinity of former tank battery sites. Two of the sites are currently being assessed and one of the sites is undergoing active groundwater recovery with deep injection well disposal. Groundwater assessment identified brine impacts to depths of over 150 feet. Responsibilities include overall project management, budget tracking, and technical review of assessment, design, and operations and maintenance reports. Also responsible for assisting with remedial plan development and remedial performance evaluation. Contract Manager Hazardous Waste I Florida Department of Environmental Protection Hazardous Waste Program I Florida Department of Environmental Protection I Florida Program Manager for GHD's Florida Department of Environmental Protection Hazardous Waste Contract. Responsible for all aspects of management associated with State administered assessment and remediation of dry cleaning and hazardous waste facilities throughout Florida. Duties include project management, contamination assessment, monitoring program design, remedial design and operation and maintenance. Successfully implemented a wide variety of innovative technologies to effectively assess and remediate contaminated sites. Brian Moore, PE Remedial Design / Project Engineer Imaginarium I City of Ft Myers I Ft Myers, Florida Project engineer responsible for design assistance and closure negotiations associated with a former Manufactured Gas Plant. The site soils and groundwater were impacted with polycyclic aromatic hydrocarbons, volatile organics, and heavy metals. The source of impacts was associated with a stockpile of impacted soils. The remediation involved the off -site transport and disposal of impacted soils, biosparging for groundwater treatment, and the use of engineering and institutional controls to limit exposure to future site occupants. By completing real time analysis of soils during the removal activities, significant cost savings were realized by the City. Contract Manager Environmental Engineering I City of St. Petersburg I St. Petersburg, Florida Program Manager for GHD's continuing service Environmental Engineering Contract. Specific duties included overall management of multiple projects, proposal preparation, budget tracking, scheduling, milestone development, and implementation. GHD assists the City with a variety of projects including assessment and remediation, well abandonment, environmental permitting, and asbestos and lead -based paint testing. Contract Manager Solid Waste I City of Tampa Closed Landfill Investigation Program I City of Tampa I Tampa, Florida Program Manager for the City of Tampa's Closed Landfill Investigation Program, which consisted of forty-nine historic landfills located in the City of Tampa and Hillsborough County. Services we provide include approximate delineation of the aerial extent of the landfills, identification and removal of surface debris, monitoring of methane gas accumulation at sites and in and beneath surrounding structures, and assessment and mitigation of the potential risks from soil and groundwater contamination. Project Engineer Industrial Wastewater I Gulf Coast Bulk Equipment at Port Redwing I Gibsonton, Florida Project Engineer responsible for assisting with Industrial Wastewater (IW) permitting for a sulfur prill transfer facility. Permitting assistance was associated with a non -discharging closed loop recycling system. The permitting required close coordination with the Civil Engineer and Air Permitting specialists. The permitting also required negotiations with local FDEP office and Hillsborough County Environmental Protection Commission. Following construction and operations, assisted with the development of a Best Management Practice (BMP) Plan for the ongoing operations of the facility. Richard Walker, PE Pedestrian / Bicycle / Roadway / MOT Qualified: BS, Civil Engineering, Ohio State University, 1983; Connected: Professional Engineer, FL # 61240, Ohio # 51240; Florida Engineering Society, Pinellas County chapter Professional Summary: Mr. Richard Walker is a Project Manager who oversees daily project operations. His engineering background includes multi -use trails, roadway/highway improvements, intersection improvements, and interchanges for cities and counties in Florida, and ODOT and the Transportation Cabinet for the Republic of Azerbaijan. Certifications: ATSSA Advanced MOT, FDOT LAP Certified Project Manager/Project Engineer Edison Avenue Realignment, McGregor Blvd to US 41 1 City of Ft Myers I Ft Myers, Florida Preparing the roadway design and plans, cross sections, typical sections, traffic control, erosion control, and SWPPP for this roadway realignment and Complete Streets project with a multi -use trail. He is responsible for coordinating the realignment and pedestrian features. Project Manager/Project Engineer East Davis Blvd from Chesapeake Ave to Barbados Ave I City of Tampa I Tampa, Florida Prepared the Preliminary Plans for this Complete Streets redesign of this two -block section of the East Davis Blvd commercial district. Final Plans are expected to be completed in August 2019. Project Manager/Project Engineer SR10/CR 1100W Intersection Improvement Weihe Engineers/InDOT I Indiana Prepared the engineering design and complete plan set for the addition of through lanes on SR 10 and turn lanes on CR 1100W near Demotte, Indiana for a new commercial development. Project Manager/Project Engineer Carmalita Street Improvements, from Cooper Street to Education Avenue Project I Charlotte County, Florida Prepared the roadway design and plans, cross sections, typical sections, traffic control, erosion control, and SWPPP for this roadway widening and pavement rebuilding project. He coordinated the design of the drainage system and pond sizing and location with the drainage engineer, and worked with the drainage engineer to permit the project through SWFWMD. He was responsible for working with the County and the contractor during the construction phase of the project. Project Manager/Project Engineer Goodlette-Frank Roadway Improvements Collier County/City of Naples I Naples, Florida Prepared roadway design for the right turn bypass lane and oversaw the plans preparation work for this three-mile urban roadway widening milling and resurfacing project. Work consisted of coordinating with county/city staff, design input, plans preparation and QA/QC of 30%, 60%, and Final phased submittals, and worked with the drainage engineer to permit this project through SFW MD. He incorporated all 60% review comments, revised the drainage design, and created the Final Plans and Specifications package for this project. Project Manager/Project Engineer Burning Tree Drive Improvements I City of Naples I Naples, Florida Prepared the roadway design and plans, utility relocation plans, drainage design for the widening of a two-lane street into a divided urban roadway and pavement rebuilding project. He prepared the roadway design and plans, cross sections, typical sections, traffic control, erosion control, and SWPPP. He created the Final Plans and Specifications package for this project Project Manager/Project Engineer West Retta Esplanade Extension I City of Punta Gorda I Punta Gorda, Florida Initially prepared the preliminary design and plans for the existing roadway resurfacing from US 41 Southbound (Cross Street) to Taylor Street and extension from Taylor Street to US 41 souhbound to US 41 northbound in downtown Punta Gorda. The project was on hold for about two years, then he prepared roadway design and plans, cross sections, typical sections, traffic control, erosion control, drainage design, and SWPPP for this project. He coordinated the design of the drainage system and prepared the permitting package for SWFWMD. He Page 1 pmq managed this project through the 90% phase, then the project was completed by another engineer. Project Manager/Project Engineer US 41 Bikeway Phase II, Monaco Drive to Aqui Esta Drive I City of Punta Gorda I Punta Gorda, Florida Prepared the bikeway design and plans, cross sections, typical sections, traffic control, erosion control, drainage, and SWPPP for this LAP asphalt trail project. He coordinated the design of the SPM and with the drainage engineer and SWFWMD to obtain a permit exemption for this project. Work consisted of coordinating with FDOT District 1 and city staff, plans preparation and QA/QC of 30%, 60%, and Final phased submittals. He created the Final Plans and Specifications package for this project. Project Engineer Sumter Boulevard Widening Project from Price Boulevard to Sylvania Avenue I City of North Port I North Port, Florida Prepared the phased Traffic Control Plans for widening Price Boulevard from a two-lane roadway to a four -lane divided urban roadway. The project included a canal crossing and a major intersection with the City government complex. Project Manager/Project Engineer Bayshore Boulevard, Phase III Improvements City of Tampa I Tampa, Florida Prepared the roadway design and oversaw the development of the cross sections, typical sections, traffic control, erosion control, and SWPPP for this project that narrowed the existing two traffic lanes to add a five-foot bike lane with the granite curbing removed and reset and the existing pavement milled and resurfaced. The project required some minor roadway widening to accommodate the two travel lanes and one bike lane. This required extensive coordination with the City and FDOT due to the proximity of several large heritage oak trees near the pavement. He obtained a permit exemption form SWFWMD and prepared Final Plans and LAP Specifications package for this project. Project Manager/Project Engineer Sunset Point Road at Betty Lane Intersection Improvements I Pinellas County, Florida Prepared the roadway design, typical sections, traffic control, SWPPP, and pavement design for this pavement rebuild intersection improvement project. He coordinated the design of the box culvert, SPM, cross sections, and the drainage. He worked with the drainage engineer and SWFWMD to obtain a permit for this project. Work consisted of coordinating with the county staff and plans QA/QC of 15%, 60%, and Final phased submittals. Richard Walker, PE Project Manager/Project Engineer Price-Haberland Intersection Improvements City of North Port I North Port, Florida Prepared the design and plans, cross sections, typical sections, traffic control, erosion control, drainage, and SWPPP for this intersection improvement project. The design included replacing an active fire station driveway He coordinated the design of the SPM and the new mast -arm traffic sign at the intersection. He coordinated with the drainage engineer and SWFWMD to obtain a permit exemption for this project. Work consisted of coordinating with city staff (transportation and fire department), plans preparation and QA/QC of 30%, 60%, and Final phased submittals. He created the Final Plans and Specifications package for this project. Project Manager/Project Engineer Whitney Road at Wolford Road Intersection Improvements Project I Pinellas County, Florida Prepared the roadway design, typical sections, traffic control, SWPPP, and pavement design for this pavement rebuild intersection improvement project. He coordinated the design of the box culvert, SPM, cross sections, and the drainage. He worked with the drainage engineer and SWFWMD to obtain a permit for this project. Work consisted of coordinating with the county staff and plans QA/QC of 15%, 60%, and Final phased submittals. Project Manager/Project Engineer 131st St North at 82nd Ave North and 86th Avenue North Intersection Improvements Project I Pinellas County, Florida Prepared the roadway design, typical sections, traffic control, SWPPP, and pavement design for this intersection improvement project adjacent to Seminole High School, Seminole Middle School, and Bauder Elementary School. He coordinated the design of the SPM (with two mid -block cross walks), cross sections, and the drainage. He worked with the drainage engineer and SWFWMD to obtain a permit for this project. Work consisted of coordinating with the county staff and plans QA/QC of 15% and 60% phased submittals. Project Engineer US 301 (SR 39), South of CR 54 to North of Kossik Road Improvements Project I FDOT District 7 1 Florida (June 2015-December 2015) Prepared the roadway design on several cross roads, side road typical sections, and side road cross sections for this widening and overlay of an urban divided roadway. He also prepared the preliminary Traffic Control plans. Page 2 Melissa K. Burns, PE Florida Transportation Bridge Engineer Qualified: University of Central Florida, Civil Engineering, Bachelor of Science (BSCE) Connected: Registered Professional Engineer, Florida 82221 (2016), Women's Transportation Seminar (WTS), American Society of Civil Engineers (ASCE), President of ASCE East Central Branch Younger Member Forum (2016-2017) Professional Summary: Ms. Burns has experience in design and computation of structural elements, production of structures plan sets, within all phases of design from preliminary engineering pursuit to the final design of structures for conventional and design -build projects. Design assignments have included: AASHTO Girder bridges, Florida -I Beam bridges, major and minor bridge widening and rehabilitation projects. Has experience working on both conventional and design/build projects. Also has experience in mast arm design, strain pole design, cantilever sign design, span sign design, drilled shaft design, load rating and shop drawing review. Has worked on projects with FDOT District Two, FDOT District Five, FDOT District Seven, Florida's Turnpike Enterprise and Central Florida Expressway Authority, the City of Palm Coast, the city of Charlotte, and NCDOT Division Nine. Mrs. Burns also has experience in the fields of architecture and construction gained through participation in previous internships. Transportation Lead Project Engineer SR AlA/ Heckscher Drive from Ft. George Trailhead to Huguenot Park, FDOT District Two, Duval County, Florida Served as lead project engineer for the design and plans of the new Multi -Use bridge alignment adjacent to the existing Haulover Creek bridge crossing. The project was developed as a half mile portion of the Timucuan Multi - Use Trail which begins at the Fort George Trailhead and extends along SR A1A (Heckscher Drive) to the entrance of Hugenot Park. Plans include design for multi -use trail over a non -navigable waterway, drainage, surveying, permitting, and structures. Structural design elements include a multi -span AASHTO type II beam structure with concrete clad sheet pile retaining wall abutments. The project includes the preparation of an Alternatives Memorandum, a Bridge Development Report, structural calculations, and final plans for all structural components. This project is currently in the design phase. Lead Project Engineer B-4746 Akron Drive over Norfolk Southern Railroad NCOOT Division 9 Wake County, North Carolina Serving as lead project engineer for the design and plans services for the replacement of the existing six -span bridge on Akron Drive over the Norfolk Southern Railroad. The existing facility is a designated historic bridge and accommodates two lanes of traffic, with sidewalks on each side. The existing 6-span bridge served mixed residential and commercial areas. The new replacement bridge structure will include provisions for two traffic lanes, turn lanes, and sidewalks on each side. Coordination with the railroad led to a reduced bridge length that spans over all tracks with a single 160'-0" long steel plate girder, thereby eliminating all intermediate piers and crash walls near the existing tracks. Several aesthetic enhancements, such as decorative railings and lamp posts, will be included as part of the replacement structure to maintain the character of the historic bridge. This project is currently in the design phase. Project Engineer SR 408 Widening from SR 417 to Alafaya Trail, Central Florida Expressway Authority, Orange County, Florida Project Engineer responsible for assisting with the design and plans production of the widening of SR 408 from SR 417 to east of Alafaya Trail. This project was developed as a segment of the SR 408 Widening from four general use lanes to six general use lanes. Located within Orange County, there are four existing SR 408 bridge crossing sites including the Little Econlockhatchee River, Rouse Road, Kehoe Boulevard, and Alafaya Trail. The first three sites are minor bridge widenings while the last is a bridge replacement. SR 408 over the Little Econlockhatchee River includes widening both to the inside as well as closing a ramp gore for safety improvements along with updated drainage along the bridge copings. This widening utilizes Florida -I 36 Beams. The Kehoe bridge widening site include widening to both the inside and outside of the existing SR 408 with AASHTO Type 11 Beams, foundations include Steel H-piles. The SR 408 over Alafaya Trail bridge replacement uses Florida-U 72 Beams and eliminates an existing median pier thereby allowing an additional turn lane below the crossing. Page 1 Project Engineer 1-275 (SR 93) Widening, FDOT District Seven Hillsborough County, Florida Project Engineer for this project that involved widening three overpass bridges along 1-275. All three bridges were superelevated with a curved alignment. The existing structures consisted of AASHTO girders and were widened using Florida-1 Beams. The foundations included drilled shafts and driven concrete piling in a confined median area. This project is currently in the construction phase. Project Engineer 1-95 (SR 9) Widening, FDOT District Five, Brevard County, Florida Project Engineer responsible for load rating existing and proposed bridge configurations as well as assisting in superstructure and substructure bridge design for this project that involved widening 1-95 from four to six lanes. This section of roadway included two bridge replacements over waterways and one minor widening over a waterway. The bridge replacements included phased removal and reconstruction of the bridges with MSE retaining walls at the end bents. The existing structures consisted of AASHTO girders and were widened with AASHTO girders. The bridge replacements were designed using AASHTO girders and Florida -I Beams. Responsible for reviewing shop drawings and assisting with Requests for Information during construction. This project is a Design/Build project currently in the construction phase. Project Engineer SR 528 Innovation Way Interchange, Central Florida Expressway Authority Orange County, Florida Project Engineer responsible for assisting with the design and plans production of the new interchange between SR 528, an existing four -lane divided limited access facility, and Innovation Way, a new four and six -lane divided urban Arterial. The interchange is approximately 3,000- feet west of the existing SR 528 interchange with International Corporate Park (ICP) Boulevard and will include modifications to the existing ICP interchange. The Innovation Way interchange design fully accommodates the future All Aboard Florida (AAF) Railroad and the future 8-laneing of SR 528. Design includes Florida -I beam and AASHTO Type 11 beams, foundations of H-Piles, prestressed concrete piles, and Cast -in -place drilled shafts. Project Engineer Wekiva Parkway, Orlando -Orange County Expressway Authority, Lake and Orange Counties, Florida Structures Project Engineer for the design of a new 1.7- mile, 6-lane limited access roadway from east of Round Melissa K. Burns, PE Lake Road to the Lake County/Orange County Line. The project includes design of four bridge sites. SR 453 over Coronado Somerset Drive consists of 105 foot variable depth, haunched, rectangular beams. Design includes finite element analysis due to the variable depth superstructure. Ramps C & D over the FCEN Railroad and CR 46 and Ramp B over the FCEN Railroad are both 2-span curved steel box girder structures with radii as low as 545-feet. SR 453 over County Line Rd consists of 180-foot post -tensioned segmental U-girders. Design includes a 3-D finite element analysis with time dependent effects modeling the segmental construction as well as the final condition of the bridge. Responsible for alternatives analysis, design and plans preparation. Project Engineer SR 589 (Suncoast Parkway 2), Florida's Turnpike Enterprise, Hernando and Citrus Counties, Florida Structures Project Engineer responsible for the Bridge Development Reports (BDR), structural calculations and plans production for five sites along SR 589 and one pedestrian bridge site over US 98 all using Florida (- Beams. Three of the sites consist of twin overpass structures along SR 589. One site consists of a two -span structure over SR 589 with aesthetic piers. The final site consists of twin bridges over a Wildlife Crossing. All sites include the design of MSE retaining walls. Plans included the design of roadway, drainage, signing and pavement markings, structures, lighting, signals, ITS, environmental permitting, and surveying. Project Engineer SR 528 (Beachline) Widening from Florida's Turnpike to McCoy Road, Florida's Turnpike Enterprise, Orange County, Florida Served as Project Engineer for the widening of 4 miles of SR 528 into the median from 6-lanes to 8-lanes by adding one express lane in each direction separated by a 2-foot buffer with delineators. Plans include roadway, drainage, bridge widenings (Florida's Turnpike, US 441 and Landstreet Road) as well as modifications to the existing toll gantry/cash toll plaza, signing and pavement markings, MOT, lighting, ITS, environmental permitting and surveying. Structural design elements included bridge widening, existing bridge railing and light pole pedestal retrofits, MSE retaining walls, sheet pile walls, existing box culvert headwall modifications, overhead cantilever and span sign structures, and ITS structures. Page 2 James M. Wood, PLS Constructability / Bidability Qualified: Civil Engineering Program, The Pennsylvania State University, 1980; Professional Land Surveyor, Pennsylvania, Certificate No. SU-031858; Connected: Member, National Society of Professional Surveyors, 1996; Member Pennsylvania Society of Land Surveyors (PSLS) 1990; PSLS Susquehanna Chapter President, 2005, 2010, Vice President, 2018, 2019 Professional Summary: Jim has over 40 years of heavy and highway construction management experience split almost evenly between the Engineering Design side and Contractor side of a wide variety of construction projects. Jim's primary responsibilities include the management and coordination of construction phase services including RPR (Inspector) management, schedule tracking, dispute, change and claim resolution, and contract administration. He also works on the design and bidding phases of projects where needed by assisting with mapping, conceptual design, QA/QC, constructability reviews and estimating project construction costs. Jim's former work experience includes administering construction company Health, Safety & Environmental programs. He researched required training, then developed and presented in- house training to employees. Project Engineer/Productivity Manager Heavy and Highway Projects I Phelps. Inc. Greeley, Colorado Based in the home office, worked under the Director of Productivity as a Productivity Manager. Liaison between the on -site project personnel and the home office, estimating department. Traveled to construction projects throughout the country setting up cost control and tracking procedures, analyzing construction techniques, and compiling unit cost data for use by the estimating department. Regularly participated in claim and back - charge negotiation by gathering and collating supporting data. Project Engineer/Project Superintendent Heavy/Highway Division (V.O. Contracting) Schneider, Inc. I Arizona AZ Highway 87 Reconstruction - Project Engineer: $6 million Road Reconstruction project in northern Arizona. Work included cutting 30,000 cubic yard of fill, transporting via 2 mile, company constructed, conveyor belt, construct new 3-lane highway. Project scheduling, cost tracking, equipment and material scheduling, and coordination with AZ DOT. All American Pipeline Pumping Stations - Project Superintendent: $5 million General Construction project in Southern Arizona. Project was construction of (5) heated crude oil pumping stations along the All American Pipeline in remote areas of southern Arizona. Responsible for overall project management, logistics, and supervision. Chandler Water Production Facilities - Project Superintendent: $6 million Water Production Facility project. Project included construction of 5 water production facilities in a Phoenix suburb. Work included 5 deep wells per site, 5 pumping and purification facilities, and 5 post tensioned concrete storage tanks of 500,000 gallon capacity each. Responsibilities included cost tracking, equipment scheduling, manpower supervision, material ordering, and site layout. Construction Services Coordinator Water & Wastewater Treatment I Bloomsburg, Pennsylvania Manage and coordinate GHD Company efforts related to construction phase services provided to clients on water transmission and distribution, sewer collection and conveyance, water & waste water treatment, water well and pumping facilities projects. Responsibilities include orientation, training and scheduling full and part-time Resident Project Representatives (RPR's) and monitoring their activities to assure both client and GHD expectations are met. Perform site visits to assure RPR efforts are resulting in quality construction that complies with the design of project. Assist Project Engineering and Management staff in review and approval of contractor's periodic applications for payment, change order requests and dispute resolution. Client point of contact in most matters relating to the construction phase of a project, assuring their questions and concerns are addressed in a timely manner and to their satisfaction. In most cases, this duty involves acting as liaison between the Client and GHD Engineering and Management staff. Preparation of field sketches and reports related to necessitated and proposed changes to design for use by Engineering and Management staff in acquiring Client approvals. Additional duties include coordination of field staff in pre - design site reconnaissance, constructability reviews of preliminary design plans, preparation of quantity take -offs for use in construction cost estimates and assisting in the research and preparation of required easements and right of way acquisitions. Page 1 Manager of Projects Underground Utility and Site Development Work I G&M Crawford, Inc. I Bloomsburg, Pennsylvania, USA In addition to overall construction project management, administration (CMA) and supervision, I also performed marketing and business development, proposal preparation, submittal and negotiation, coordinated HSE training sessions for employee's and served as the company safety officer. I prepared quantity take -offs, (material, labor, equipment, and subcontractors) and compiled and submitted bids. I was responsible for all management and administrative aspects of the construction project through closeout. I developed construction schedules, coordinated the ordering and delivery of materials, sub -contractor piling, and equipment scheduling. Served as Owner and Engineer point of contact to assure Owner satisfaction. Conducted progress meetings, prepared and submitted all Owner/Engineer/Regulatory Agency documents. Prepared, submitted and negotiated all periodic applications for payment. Administered the company's occupational health and safety programs. I developed and presented in-house HSE training sessions for employees, coordinated outside training as needed and performed on site safety inspections. I regularly visited all construction sites to observe and supervise activities. Monitored project productivity, evaluated project costs, and worked with field personnel to develop plans to bring under -performing efforts up to expectations. Operations Manager Marcellus Shale Gas Industry I Gas Well Site Construction I T.A.W. Services, Inc. Hughesville, Pennsylvania, USA Earthmoving and general construction company involved in the Marcellus Shale exploration industry. Overall management & administration of operations associated with natural gas well site development. Responsible for marketing and business development, bidding work, resource scheduling and logistics of construction efforts, preparation of weekly invoicing & client satisfaction. I was the point of contact between the Oil & Gas company men and TAW. Majority of time spent in meetings with Gas Company personal developing new business, negotiating new projects, and reviewing and resolving quantity and cost forms for invoice preparation. At any given time, company forces were actively engaged on 5-10 projects, with 4-6 different Oil & Gas companies, located in remote areas all over North Central PA. Projects ranged in size from $50,000 to $500,000 Owner/Manager Professional Consulting Firm I Construction Engineering, Inc. (CEI) I Millville, Pennsylvania CEI provided engineering design and construction -related services to municipal, county, and private clients. CEI served as Municipal Engineer to over 20 municipal bodies (supervisors, councils, zoning, and planning boards). In James M. Wood, PLS addition to day-to-day administration of the corporation, my responsibilities included business development, client and project management, and administration and inspection of various construction projects. CEI projects included: Millville Wastewater Treatment Plant Replacement Project: $3.5 million municipal WWTP. CEI provided complete Project Services from conceptual planning, design, and permitting through play startup and testing. Millville Potable Water Distribution improvements: $500,000 municipal construction project consisting of 8,500 L.F. new water distribution piping and a 347,000- gallon bolted steel water tank. CEI provided complete Project Services from conceptual planning, design, and permitting through system startup and testing. Greenwood Township Supervisors: Camp Victory Bridge Replacement. $150,000 bridge replacement project with precast box installation. CEI provided complete Project Services from conceptual planning, design and permitting trough final paving and turnover. Sunset Holding Corp.: Bloomsburg PA. 85-lot housing development including County Planning Approval, lot layout, road design, sewer design and construction layout. Aqua Pennsylvania (then Roaring Creek Water): Construction inspection services. CEI provided inspectors on water main installation projects throughout Schuylkill and Northumberland Counties. Sonestown Sewage Treatment Facilities: Provided site survey, construction layout, and construction inspection services to Owner and Engineer. Senior Project Engineer/Assistant Project Manager Wastewater Treatment Plant Rehabilitation and Upgrade Project I Paul A. Lawrence Co. (PALCO) I Oxnard, California, USA Supervision of three project engineers in the scheduling, submittal prep, sub -contractor loading, and cost control setup. As Assistant Project Manager, responsible for contract administration, project reporting to the home office, negotiation of contract changes, and supervision of a staff of 10 project management/engineering personnel. Project Engineer Central Wastewater Treatment Plant Expansion Project I Phelps, Inc. I Dallas, Texas, USA Clearwater Constructors expanded a 100 MGD to a 300 MGD WWTP while maintaining the existing plant functionality. Managed a staff of two Assistant Project Engineers and five Field Engineers involved in developing the project schedule, compiling submittals, subcontractor piling, unit cost budget development, ordering material and equipment, maintaining existing plant functionality, formwork design and concrete scheduling. Page 2 Ben W. Doan, PE, CCM Regional Transportation Manager Qualified: BS, Civil Engineering (BSCE), 1985 Connected: Registered Professional Engineer, Florida 43266, (1990), Certified Construction Manager (CCM), (2005), Licensed Threshold Inspector, Florida 941, (1992), Florida Engineering Society, Florida Institute of Consulting Engineers Professional Summary: Ben has 35 years' of experience in construction, design, engineering, inspection, supervision and testing for highway and industrial construction projects. Ben's clients include the Florida Department of Transportation (FDOT) Districts One, Five, Seven and Florida's Turnpike Enterprise; Hillsborough County Professional Services; the City of Tampa (Roadway and Sanitary Divisions); the City of Clearwater; and various commercial developers. Ben has supervised development and construction engineering and inspection services for many projects ranging from small subdivisions to major highways to ensure that construction complies with the project plans and specifications. His experience also encompasses construction materials testing involving soils analysis and evaluation of concrete, structural steel, asphalt, soil cement and limerock. Transportation Senior Project Engineer Edison Avenue Realignment I City of Fort Myers I Fort Myers, Florida Senior Engineer providing design coordination and review. GHD began updating the design in 2017 to comply with new Complete Street standards recently adopted by the City. The ongoing design includes coordination with a roundabout at the intersection of McGregor Boulevard and the newly realigned Edison Avenue. Two additional roundabouts are being designed, one at the intersections of Euclid, Congress and Ortiz, and the other at Edison Avenue and Lafayette Street. The roundabout designs will provide enhanced aesthetic appeal while providing traffic calming elements, as well as improving the overall flow of traffic along the new route. Complete Streets concepts will be incorporated for a shared -use path including pedestrian and bicycle access to ultimately improve overall pedestrian safety. Senior Project Engineer East Davis Boulevard I City of Tampa I Tampa, Florida Senior Engineer providing professional engineering services including permitting, design, and limited post -design services for the City of Tampa (COT) Complete Streets design of East Davis Blvd from Barbados Ave to Chesapeake Ave in the Davis Islands Business District. The project goal is to plan, design, operate, and maintain the roadway to enable safe, convenient and comfortable travel and access for vehicles, pedestrians, and bicycles. The three intersections included within the project are Chesapeake Ave, Biscayne Ave, and Barbados Ave. These intersections will be modified to incorporate raised brick with revised curb ramps as part of the City's Complete Streets modifications. The two travel lanes will be narrowed with sharrow markings, and all of the asphalt pavement will be milled and resurfaced. Drainage issues at a commercial driveway will be addressed by extending the driveway out to the travel lane as well as the adjacent curb line where a bike rental is located. Project Engineer General Engineering Services I FDOT District One I Bartow, Florida Task manager overseeing construction assignments for the contract. Provided construction management and administration for several District 1 and 7 projects. Also, the services included assisting the Department with a design -build approach. These projects included support for conventional CEI for box culverts, minor bridges, retaining walls, signs and traffic signals. Also provided services to the Department's LAPs providing guidance to local agencies on administrative management for specific projects as well as criteria for material certification. Construction Engineering and Inspections 1-275/1-4 Downtown Tampa Interchange Tampa, Florida The 1-275/I-4 interchange is the convergence of two interstate systems and as the primary entrance/exit into the city of Tampa's downtown, was carrying three times the number of vehicles for which it was originally designed. Improvements to this project included the addition of new ramps, 26 bridges, and a new third -level 7-span continuous curved steel girder flyover structure to carry southbound 1-275 traffic to eastbound 1-4. Services provided consisted of construction engineering and inspection for roadway and bridge improvements, drilled shaft inspection, surveying, materials testing (including concrete testing and earthwork densities), contract administration, document control, daily reports, and the preparation of supplemental agreements and final estimates. Construction Engineering and Inspection Services I US-41 I Venice, Florida This project for the Florida Department of Transportation (FDOT), District One, consisted of providing construction Page 1 PMR Ben W. Doan, PE CCM engineering and inspection (CE&I) services for two Business 41 construction projects in Venice. The first project, with a construction cost of over $27 million, included the construction of a twin -leaf, four -lane, bascule bridge at Hatchett Creek and one mile of a five -lane roadway; and the second project, worth $33 million, ran from Palermo Place north to Business 41/Bypass 41 north and included the construction of a twin -leaf, four -lane bascule bridge over the Intracoastal Waterway and two miles of five -lane roadway. Construction Engineering and Materials Testing Services I FDOT Turnpike Authority Veterans Expressway, District 7, Florida Managed, coordinated and provided professional engineering responsibility for all seven segments of construction. Projects spanned from Hillsborough County to Citrus County with seven general contractors operating concurrently. FDOT Turnpike Authority I Polk Parkway Toll Road I District I, Florida Managed, coordinated and provided professional engineering responsibility for all five segments of construction. Projects spanned throughout Polk County with five general contractors operating concurrently. Operations within Polk County with laboratory operations in Hillsborough County. SR 70 Expansion I FDOT District One Sarasota, Florida Managed a staff of engineers, inspectors, and support personnel for construction engineering and inspection (CEI) services. The project consisted of widening Clark Road from two to four lanes including utility relocation, underground construction, and roadway development. FDOT District Seven, Miscellaneous Districtwide, Florida Managed and coordinated inspectors for various highway projects throughout District Seven. Projects ranged from underground construction to major highway expansions in congested city traffic. SR 98 Expansion JFDOT District One Auburndale, Florida Managed a staff of engineers, inspectors, and support personnel for construction engineering and inspection services. This project consisted of milling and resurfacing of SR 98. Boyette Road Widening, Phase II 1 Hillsborough County, Florida Mr. Doan was the principal -in -charge for this project and was responsible for overseeing all construction engineering and inspection (CEI) services related to this contract. This was an approximately $15 million project for Hillsborough County that involved converting a two lane road into a divided four lane highway. Engineer of Record (EOR) City of Clearwater I Clearwater, Florida Mr. Doan served as the principal -in -charge for construction services for this FOR contract, which provided a wide -range of civil, environmental, construction services, and transportation planning on an as -needed basis. Some of the task assignments to date have included the Town Pond rehabilitation, paved sidewalks, scenic overlooks, and cascading water fountains; the Mandalay streetscape project; the Clearwater Beach parking lots and miscellaneous street improvements project; box culvert replacement, wetland mitigation, and construction inspection for Steven's Creek watershed rehabilitation project to reduce flooding; right-of-way survey/plotting for the Clearwater City Hall annex; brownfields assessment and coordination for city redevelopment projects; and hazardous -materials emergency response for city parking -garage construction. Design and Construction Services I BeachWalk Planning I City of Clearwater I Clearwater, Florida The BeachWalk project for the City of Clearwater involved the realignment and design of a six -block -long section of Gulfview Boulevard to provide for a pedestrian -friendly environment that included a curvilinear promenade meandering adjacent to hotels, shops, and restaurants with outdoor seating areas. The scope of services consisted of public participation charettes; design development; roadway; utility; drainage and site design; urban design; and landscape architecture. Enhancements to the pedestrian environment included establishment of the pedestrian mall, roadway realignment, upgrades to neighboring roadways to redirect commercial and residential traffic, planting design, a trail for hiking and biking, accent paving, an abundance of seating opportunities, interactive fountains, beach -inspired public art, traffic calming techniques, and the development of outdoor sidewalk cafes, restaurants, hotel courtyards, balconies, and seating areas. Gateway to Clearwater Beach I City of Clearwater I Clearwater, Florida Mr. Doan managed CEI services for redevelopment of the entrance to Clearwater Beach, including a 140-foot by 180-foot oval -shaped fountain, a pedestrian walkway with lighted bollards and pavers, and deactivation of the existing traffic signalization and replacement with a signal - free vehicle roundabout. CEI Services Mandalay Avenue and Roundabout Enhancements I City of Clearwater Clearwater, Florida Mr. Doan served as the project principal for this project involving CEI services for the reconstruction of Mandalay Avenue, which consisted of the realignment and enhancements to Mandalay Avenue, Papaya Street, and San Marco Street on Clearwater Beach. Page 2 PMq Karen Miller Public Involvement / Stormwater Education Qualified: BS, Education, NY State University College at Buffalo, Certificate: Cultivating Community Change, OF/IFAS 2017 Connected: Real Estate Investment Society, President 2017, Construction Specification Institute, Board Member 2010-2012, Florida Section American Water Works Association Steering Committee, Chair 2019-Present, American Water Resources Association Board Member 2018 - Present, 26th Annual Southwest Florida Water Resources Conference Co - Chair 2016 — Present, Florida Stormwater Association Legislative Committee 2018-19, Leadership Lee County Steering Committee 2008 — Present Professional Summary: With over 25 years of experience in education and public relations for environmental and engineering projects, Karen has managed community outreach activities including project -specific public forums and community education workshops. She has developed curriculum and educational materials for a diverse range of subjects including surface water quality, best management practices for pond and yard maintenance, roadway and transportation issues, and the effects of oil drilling on potable water supplies. Her experience in advisory services includes development of staff surveys to analyze organization structure, administration policies and procedures, operational practices, human resources issues, marketing and pricing strategies and financial performance. Karen has also provided grant assistance services for various clients for grant programs including FDEP 319, State Revolving Fund, Department of Health, Community Development Block Grant (CDBG), and NYS Energy & Research Development Authority. Karen received her Bachelor of Science in Education from New York State University College at Buffalo. Stakeholder Engagement Activities Edison Avenue Realignment I City of Fort Myers I Fort Myers, Florida GHD staff performed a transportation study to determine the most effective and efficient means of connecting US 41 to the Edison Home and Museum on McGregor Avenue. Seven separate routing alternatives were proposed. The alternatives were evaluated based on cost, neighborhood impact, and traffic impacts. The scope of services also included meetings with the Edison Home Board, Edison Park Creative and Expressive Arts School staff, representatives of Lee Memorial, and members of the surrounding community to address property acquisition issues and allow for community input to the overall design. Ms. Miller developed GHD's workshop presentation and contributed to curriculum development for public education collateral. She also provided outreach support at public meetings. This community input was extremely valuable in the evaluation of the various alternatives. Transportation Training Transportation Decision Making I Lee County, Florida Ms. Miller has assisted in the development of curriculum and presentation materials for training sessions designed to teach government staff about key methods of the transportation decision -making process including Intersection Control Evaluation (ICE). The training program has incorporated Complete Streets and Traffic Calming strategies and gives staff members an overview of the many tools available to assist in choosing the most appropriate design elements for a transportation project, based on safety, mobility, value, and community input. To date, the training program has been presented to Lee County Department of Transportation and City of Fort Myers engineering staff. Community Outreach/CRS/Grant Services Watershed Asset Management Plan I City of Fort Lauderdale I Fort Lauderdale, Florida GHD is providing services to the City of Fort Lauderdale for the development of a Watershed Asset Management Plan (WAMP). This multi -year project will include stakeholder and community engagement activities throughout the phases of the project including the discovery, implementation, and maintenance phases. Ms. Miller and others are implementing a community engagement program that will include components designed to address stakeholder education on the WAMP process, the FEMA Community Ratings System for Flood Insurance, as well as specific projects that will be implemented through the WAMP. Karen is also providing grant opportunity identification and application services. Community Outreach Fertilizer Education Program I Lee County, Florida Ms. Miller is currently on the project team for the Lee County Fertilizer Education program and is assisting in developing strategies for creating behavior change in the Education Program's target audience. The scope of services also includes planning and facilitating public workshops to teach yard maintenance best management practices to a diverse audience of Lee County citizens. Page 1 pmq Karen Miller Karen assisted with the development of marketing materials including fact sheets and website content. Stormwater System Education WETPLAN (Watershed Education & Training - Ponds, Lakes and Neighborhoods) I Fort Myers, Florida WETPLAN is an educational program and website resource used to teach county residents about how their Stormwater systems work with emphasis on improving and caring for their urban stormwater ponds. The program was designed to meet the public education requirements of the County's Basin Management Action Plans (BMAPs) as a strategy to address Total Maximum Daily Loadings (TMDLs) assigned to the Caloosahatchee and Estero Bay Estuaries by the US Environmental Protection Agency (USEPA). WETPLAN workshop audiences are primarily comprised of average homeowners and many are seasonal residents who reside in Lee County only during winter months. Ms. Miller has provided services for the program since its inception in 2013, including curriculum development, classroom presentation, website administration, grant - writing services, development of marketing materials including advertisements and development of behavior - based assessment tools. Karen is currently involved in the planning stage for Phase 2 of the program, which will incorporate social media outreach to engage a broader audience through online strategies including blogging, online newsletters and online posting to various social media sites. Public Education Coal Gasification Remediation — Science Center I City of Fort Myers I Fort Myers, Florida Public Outreach Coordinator for the development of educational presentations. GHD (formerly HSA Engineers & Scientists, a CRA company) was retained to remediate a former coal gasification area. The site was remediated and converted into a Children's Science Center (IMAG). Marketing and educational materials including posters and fact sheets were designed to explain complex concepts to project stakeholders and the general public. move within the geologic structure of sedimentary layers, such as the impermeable anhydrite zones, freshwater aquifers, and the boulder zone. Ms. Miller provided script - writing and presentation development services for the project. Public Education Lee County Nutrient Study I Lee County I Fort Myers, Florida Public Outreach Coordinator for the development of posters and educational materials for the Lee County Nutrient Study. The study was designed to identify non - point sources of nutrient loadings in the Hendry and Mulluck Creek Basins. Educational materials were designed to explain complex concepts to project stakeholders and the general public. Grants Coordinator Various Client I Buffalo New York Coordinated grant applications for multiple municipalities throughout Western New York for grant programs including the State Revolving Fund, New York State Energy Research & Development Authority, Department of Health and other programs to provide funding for the study, design, and construction of various infrastructure projects. Survey Development & Reporting Optimization Study I Rochester Bureau of Water and Lighting I Rochester, New York The project included the review and evaluation of the Rochester Bureau of Water and Lighting focused on issues such as the Bureau's organization structure, administration policies and procedures, operational practices, human resources issues, marketing and pricing strategies and financial performance. Karen provided questionnaire development to survey staff at all levels, from management to union employees. Employee input was a key element in developing goals, analyzing data, defining areas for improvement, and designing a working plan for optimization strategies. Ms. Miller also assisted in compiling survey findings and developing the final recommendations report. Script Writer Survey Development & Reporting Oil Well Animation I Collier Resources I Naples, Alternative Analysis for Operation of Florida Johnstown Wastewater Treatment Plant GHD provided stakeholder engagement services for a Johnstown, Pennsylvania As part of a broader study, a review of the current property owner in Collier County, Southwest Florida, to management structure was conducted which included a address public perception that the Collier -Hogan well site survey of all personnel associated with the wastewater oil -drilling activities affected the potable wellfields that are facilities. The study analyzed staffing in all departments to a source for local drinking water. The project included the determine over or under -utilization of present workforce. development of an animated video to provide a scientific Karen assisted in survey questionnaire development, depiction of how the impact of oil well sites affect Florida's compilation of survey results and final reporting. geology, specifically looking at the Collier -Hogan well site. The illustration demonstrates an overview of South Florida's geology, explaining how groundwater and fluids Page 2 Andres F Alberdi, PE Geotechnical Qualified: MS, Civil Engineering, 1987, BS, Civil Engineering, 1984 Connected: Registered Professional Engineer: Florida 42449 (1988), American Society of Civil Engineers (ASCE) Professional Summary: Andres has over 32 years, of geotechnical engineering and construction materials testing experience throughout Florida. This experience includes soil acquisitions, explorations, utility/infrastructure piping and structures, roadway/expressway studies, subsidence investigations, bridges and numerous other projects both in the private and public sector. Transportation Project Engineer Clearwater Pass Bridge I Clearwater, Florida Assisted in developing geotechnical testing program, including landside and waterside Standard Penetration test borings, in -situ pull-out tests to develop limestone skin friction values for design, drilled shaft capacity estimates for lateral, and compression and tension capacities. Project Engineer Veterans Expressway, Section 7 1 Hillsborough County, Florida Assisted in developing geotechnical testing program, following FDOT boring type, frequency and procedures. Managed the field crews and interfaced with the project civil engineers. Project Engineer Little Road Corridor Improvements I Pasco County, Florida Assisted in developing geotechnical testing program, following FDOT/County boring type, frequency and procedures. Managed the field crews and interfaced with the project civil engineers. Project Engineer Belcher Road I Pinellas County, Florida Assisted in developing geotechnical testing program following FDOT/County boring type, frequency and procedures. Managed the field crews and interfaced with the project civil engineers. Project Engineer Keene Road Extension I Pinellas County, Florida Assisted in developing geotechnical testing program, following FDOT/County boring type, frequency and procedures. Managed the field crews and interfaced with the project civil engineers. Project Engineer Sunset Point Road Widening I Pinellas County, Florida Assisted in developing geotechnical testing program following FDOT/County boring type, frequency and procedures. Managed the field crews and interfaced with the project civil engineers. Senior Geotechnical Engineer Ridge Road Overpass at Veterans Expressway Pasco County, Florida Established the geotechnical testing program, including auger borings, Standard Penetration Test borings, and infiltration testing for foundation, pavement and drainage design. Senior Geotechnical Engineer El Conquistador Parkway Extension, Phase II 1 Manatee County, Florida Established the geotechnical testing program, including auger borings, Standard Penetration Test borings, and infiltration testing for foundation, pavement and drainage design. Principal Wiregrass Ranch Boulevard Extension I Pasco County, Florida Managed staff in developing the geotechnical testing program, including auger borings, Standard Penetration Test borings, and infiltration testing for foundation, pavement and drainage design. Principal Chauncey Road Extension I Pasco County, Florida Managed staff in developing the geotechnical testing program, including auger borings, Standard Penetration Test borings, and infiltration testing for foundation, pavement and drainage design. Page 1 PWR Municipal/Utilities/State Project Engineer Parks I Hillsborough and Pinellas Counties, Florida Established the geotechnical testing programs, including auger borings, Standard Penetration Test borings and infiltration testing for foundation, pavement and drainage design. Project Engineer Water and Wastewater Facilities Hillsborough and Pinellas Counties, Florida Established the geotechnical testing programs, for new construction and/or improvements, including auger borings, Standard Penetration Test borings and infiltration testing for foundation, pavement and drainage design. Project Engineer Reclaimed Water Distribution Facilities I St. Petersburg Beach, Florida Established the geotechnical testing programs, including auger borings and Standard Penetration Test borings for the distribution piping and treatment facilities. Project Engineer Pinellas Recreational Trail I Pinellas County, Florida The Pinellas Recreational Trail extends from St. Petersburg to Tarpon Springs or over 30 miles. Established the geotechnical testing programs including auger borings and Standard Penetration Test borings for the trail design and construction, that included bridges and intersection improvements. Senior Geotechnical Engineer County Road 672 Force Main I Hillsborough County, Florida Established the geotechnical testing program, including auger borings and Standard Penetration Test borings for the distribution piping. Developed the Maintenance of Traffic Plan (MOT). Marine/Ports Project Engineer Vulcan ICA and Port of Tampa Berth 256 Mooring and Breasting Dolphin Study I Port Tampa I Tampa, Florida Established the geotechnical testing program, including barge tended, Standard Penetration Test borings. Provided axial and lateral load carrying capacities for the mooring system. Project Engineer Port Sutton Berths 1 and 2 Bulkhead Replacement I Tampa, Florida Developed the subsurface investigation program including drilling beside the existing bulkhead. Provide design soil parameters for the bulkhead evaluation. Andres F Alberdi, PE Project Engineer Port Sutton Berths 1 and 2 Bulkhead Replacement I Tampa, Florida Developed the subsurface investigation program including drilling beside the existing bulkhead. Provide design soil parameters for the bulkhead evaluation. Senior Geotechnical Engineer Tampa Riverwalk Seawall Investigation Tampa, Florida Managed the geotechnical testing program that included the use of a backhoe to uncover the tieback system (tierods and deadman anchors). Senior Geotechnical Engineer Westshore Yacht Club Marina and Seawall Tampa, Florida Established the geotechnical testing program, that included the use of a barge to conduct water borings for the marina. Developed compression, tension and lateral capacities for the driven concrete piling used in the marina construction. Provided soil parameters for the seawall design. Airports Project Engineer Tampa International Airport Airside "A" Tampa, Florida Assisted in developing geotechnical testing program, including Standard Penetration test borings and in -situ pull-out tests to develop limestone skin friction values for design, drilled shaft capacity estimates for lateral, compression and tension capacities. Project Engineer Vandenberg Airport Expansion I Tampa, Florida Established the geotechnical testing program, including auger borings, Standard Penetration Test borings and infiltration testing for foundation, pavement/runway and drainage design. Landfill Developments Project Engineer Baywest Office Complex I Tampa, Florida Established the geotechnical testing program, including auger borings, Standard Penetration Test borings and infiltration testing for foundation, pavement and drainage design. Developed ground improvement strategies. Senior Geotechnical Engineer Biscayne Landing I Miami -Dade County, Florida Biscayne Landing is a multi -use development located on a 200-acre municipal landfill. Established the geotechnical testing programs including sonic coring for landfill profiling, auger borings, Standard Penetration Test borings and infiltration testing for foundation, pavement and drainage design. Page 2 Gabrielle M. Enos, PG Environmental / Permitting Qualified: BS, Geology, 1981; Licensed Professional Geologist (PG), Florida, Georgia, Tennessee Connected: Subject Matter Expert (SME) and former Executive Committee Member of the National Association of State Boards of Geology (ASBOG), Member of the Southeastern Geological Society (SEGS) Professional Summary: Gabrielle has over 30 years' of consulting experience in geologic, environmental and geophysical applications. She has expertise in geologic hazards investigations, environmental site assessments under a variety of State and Federal regulatory regimes, and well design and construction. Gabrielle is a qualified expert witness in surface geophysics with trial experience. Gabrielle provides Neutral Evaluation services to the State of Florida Department of Financial Services to aid in the resolution of disputed property damage claims, and provides testimony in disputed claims. Environmental Assessment Project Manager Project Coordinator Site Restoration and Hazardous Waste Environmental Services I City of St. Petersburg Management I Former Barker Chemical St. Petersburg, Florida Company I Inglis, Florida Gabrielle acts as the project coordinator for the miscellaneous environmental services contract with the City of St. Petersburg. As such she is responsible for establishing project specific scopes and budgets, conducting site assessments, completing well permitting and abandonments, and assisting the City with executing several Low Scored Site Initiative (LSSI) assessments and closures through the Florida Petroleum Restoration Program. Project Coordinator Environmental Services I City of Tampa Tampa, Florida Gabrielle serves as the contract manager for the City of Tampa. In her role, she coordinates team assignments for the wide variety of services required by the City. She is responsible for developing work scopes and budgets, conducting site assessments, and overseeing remedial measures. She is responsible for working in coordination with the City's personnel to address public complaints on environmental issues. Project Manager Barloworld Site Assessment Barloworld Holdings I Tampa, Florida Gabrielle has been responsible for completing the site assessment at a facility that services and paints truck lifts. Primary contaminants have been petroleum compounds and chlorinated solvents. Assessment activities have included soil screening and analysis, aquifer characterization, well design and groundwater sampling and analysis. The facility is now under Natural Attenuation Monitoring of both the surficial and Floridan aquifers. Gabrielle is responsible for managing the assessment and restoration of 164 residential and rural properties impacted by phosphate processing wastes that were spread across what is now the town of Inglis, and along a former railroad bed extending toward Dunnellon. She is responsible for developing the prioritization schedule, and managing the assessment and source removal activities, along with preparation of plans and final reports. Gabrielle works in coordination with State agencies to secure property access, establish multi -year budgeting, and maintain communication with the local municipality. Within the first three years, assessment has been completed on 70 properties and successful source removal and restoration have been completed on fifteen. Project Manager Former Dollar Rent A Car I Saber Corners, LLC Tampa, Florida As part of an extensive property redevelopment, Gabrielle acted as the project manager to complete site assessment. Excavation and removal of 2100 tons of contaminated soils was completed, and monitoring wells were installed to evaluate post-remediation groundwater quality. Following one year of groundwater monitoring, regulatory closure was achieved. Project Manager Drycleaning Solvent Cleanup Program I Florida DEP I Various Cities in Florida Gabrielle provides project management for Florida DEP's Drycleaning Solvent Restoration Program by conducting site assessment and characterization services. She is responsible for workplan development, well design and construction, soil and groundwater sampling and report preparation, as well as client coordination. Page 1 Project Manager Brownfields Site Rehabilitation I Former Chemical Disposal Facility I Tampa, Florida Gabrielle conducted assessment of an industrial property used for steel processing, and illegal drum refurbishing and reconditioning which resulted in red -lead paint, arsenic, pesticide and solvent contamination. Gabrielle worked with the client and legal counsel to negotiate a Brownfield designation, and completed site rehabilitation under the BSRA executed with the City of Tampa. Project Coordinator Drew Park Assessment I Former Chemical Mixing Facility I Tampa, Florida Gabrielle coordinated a multi -year effort to assess the extent of contamination and develop remediation strategies for a property impacted by high levels of toluene and secondary contamination from semi-volatiles and metals. She developed the assessment plan to conduct soil sampling, monitor well installation and groundwater sampling, door to door potable well surveys, and preparation of Site Assessment Reports under Chapter 62-780 F.A.C. The project included meetings and coordination with FDEP and legal counsel to negotiate a settlement between the client, the property owner, and the former user. She also provided depositions with FDEP attorneys. Project Coordinator Chemical Manufacturing Facility I Bradenton, Florida Gabrielle provided assessment and remediation services for a facility following a following a chemical storeroom fire. Previous investigation and remediation techniques had led to plume migration that resulted in the relocation of several families due to the potential for potable water supply contamination. Gabrielle worked with FDEP Brownfields coordinators to insure that soil and groundwater quality and site evaluations were completed and met applicable RCRA Quality Assurance standards. She also coordinated with FDEP and the property owners to complete real estate transfers in a timely fashion so that potential public impacts were minimized. Gabrielle developed a remedial strategy for the site, performed groundwater sampling and reporting, and evaluated contaminant migration and breakdown. Geophysical Site Investigations Geologist/Geophysicist Cause of Subsidence Investigations Numerous Insurance Companies I Various Cities throughout Florida and Tennessee Geologist responsible for designing, conducting and evaluating geophysical surveys at numerous locations. Gabrielle has used Ground Penetrating Radar (GPR), Electrical Resistivity Imaging (ERI) and Multi -channel Gabrielle M. Enos, PG Analysis of Surface Waves (seismic MASW) at numerous residential and commercial properties to aid in identifying potential anomalous subsurface conditions that impact land stability, and subsequently, the condition of the constructed structures. Gabrielle is responsible for data processing, data evaluation, and report preparation. Geologist/Geophysicist Buried Wood Mining I Wolf Mountain I UT and AZ Principal geologist responsible for conducting GPR and electro-magnetic surveys of properties used for disposal of wood milling byproducts. These materials were buried in the 1970's as a final disposal method following passage of the Clean Air Act. Properties in Utah and Arizona were under evaluation to determine to feasibility of mining the buried material for secondary use as soil enhancement material and mulch. Gabrielle was responsible for conducting the field assessments and calculating the potential volume of buried. Neutral Evaluator Cause of Subsidence Investigations I Florida Department of Financial Services I Various Cities throughout Florida Gabrielle has been assigned as the Neutral Evaluator for 30 properties located throughout Florida. As the Neutral Evaluator, she is responsible for peer reviewing existing data collected at each site, evaluating the need for additional testing, if warranted, and assuring compliance of the testing with statutory requirements and insurance policy coverages. Water Resource Protection Project Coordinator Monitor Well Installation and Abandonment Tampa Bay Water I Various Cities in Tri-County Area Gabrielle is the project coordinator under GHD's general services contract with Tampa Bay Water, the utility responsible for the water supply in the Hillsborough, Pinellas and Pasco county region of Florida. Gabrielle prepares project scopes and budgets for the installation of a variety on monitoring wells, and for the abandonment of former large scale production wells She is responsible for coordinating with the client, property owners and water management district personnel to assure compliance with current regulations. Well abandonment normally requires the use of borehole geophysics to determine borehole quality and potential grout uptake, and is critical to prevent cross aquifer contamination from older wells which are open across different aquifer zones. Page 2 Daniel F. Waters, Senior Project Manager PENINSULA ENGINEERING 2600 Golden Gate Parkway Naples, Florida 34105 239-262-2600 EDUCATION PROFILE Bachelor of Science, Civil Engineering, Dan has worked as a professional engineer in Southwest Florida for University of Florida over 20 years as a consultant and in government with a focus on the 1999 design and permitting of stormwater management systems. Dan graduated from the University of Florida in May 1999 and started his Master of Science, Environmental professional career as a project engineer with WilsonMiller in the Engineering, University of Florida Naples office and eventually served in the role of Project Manager for 2017 various land development projects in Collier and Lee counties. In 2011 Dan began working in the Lower West Coast Service Center of the LICENSES AND CERTIFICATIONS South Florida Water Management District as the Section Leader of the surface water permitting section. In that role and his subsequent role State of Florida Professional Engineer as the Regulatory Administrator for the Lower West Coast Service PE#60746 Center, Dan was responsible for supervising a staff of professionals in the review of Environmental Resource Permits and Consumptive Use EXPERIENCE Permits for proposed projects within Collier, Lee, Hendry, and Charlotte counties. In 2015, Dan joined Peninsula Engineering in his Senior Project Manager current role as a Senior Project Manager with a responsibility for the Peninsula Engineering design and permitting for land development projects in Lee and Collier 2015 — Present counties. Regulatory Administrator — FortMyers AREAS OF EXPERTISE South Florida Water Management District 2013-2015 Dan has extensive experience in the management of the design and permitting of land development projects in Collier and Lee counties. Section Leader— Regulation His areas of expertise include: South Florida Water Management District • Stormwater Management • Residential Development 2011 - 2013 . Nutrient Loading • Commercial Development Project Manager— Land Development • Utilities • Construction Management WilsonMiller / Stantec 1999 - 2011 SELECTED PROJECT EXPERIENCE Founders' Square and Conceptual Immokalee Road / Collier Boulevard SPUI, PROFESSIONAL ASSOCIATIONS Collier County, Florida (Senior Project Manager) Senior Project Manager responsible for the design and permitting services for the Florida Engineering Society conversion of an approximately 50-acre plant nursery to a mixed use planned Calusa Chapter (Past President) development. The design and permitting services provided included the design of stormwater management facilities within the development that included capacity for a SW Florida Land Preservation Trust future overpass of Immokalee Road over Collier Boulevard (pre versus post discharge Board Member (2016 to Current) analysis and nutrient loading calculations). University Highlands MCP, Lee County, Florida (Senior Project Manager) Big Cypress Basin Responsible for environmental resource permitting for a proposed mixed use planned Board Member (June 2017 to May 2020) development in the Village of Estero in Lee County, Florida. The services provided included nutrient loading calculations for off -site flows into the project's S WMS from 1- 75. Farmworkers' Village Box Culvert Replacement, Collier County, Florida (Senior Project Manager) Responsible for design, plan preparation, and bidding support for the replacement of failing culverts at the Agriculture Way entrance to Farmworkers' Village from SR 29. Peninsula Engineering worked with the Collier County Housing Authority to bid the project and coordinated with Collier County and FDOT to identify activities that could be performed without the requirement to obtain right-of-way permits from Collier County and FDOT. EDUCATION Bachelor of Science, Zoology, Michigan State University, East Lansing, Michigan 1988 Master of Arts, Marine Science, College of William and Mary, School of Marine Sciences, Williamsburg, Virginia 1992 CERTIFICATIONS Certified Ecologist (CE), Ecological Society of America Senior Professional Wetland Scientist (SPWS), Society of Wetland Scientists Certification Program Authorized Gopher Tortoise Agent, #GTA-12-00034C, Florida Fish and Wildlife Conservation Commission EXPERIENCE Senior Ecologist Barron Collier Companies/ Peninsula Engineering 2015 — Present Senior Ecologist Stantec Consulting Services 1992 -2015 Bruce C. Layman, Ecologist PENINSULA ENGINEERING 2600 Golden Gate Parkway Naples, Florida 34105 239-262-2600 PROFILE Mr. Layman has served as a consulting ecologist in Southwest Florida for over 28 years. Fifteen of those years were primarily focused on supporting FDOT District One, Collier DOT, and Lee DOT roadway and bridge environmental permitting. In June 2015, Mr. Layman joined Barron Collier Companies/Peninsula Engineering and he continues to provide environmental permitting support for land development projects in Lee and Collier counties. AREAS OF EXPERTISE Mr. Layman has extensive experience in supporting and/or managing local, state, and federal environmental permitting projects in Southwest Florida. His areas of expertise include: • Permit Application and • FLUCCS/Habitat Mapping • Preserve Monitoring • Wetland Delineation • Listed Species Surveys • Management Plan Design SELECTED PROJECT EXPERIENCE SR 951 Big Marco Pass Bridge (Jolley Bridge) Design Build, Collier County, Florida (Lead Ecologist/Permitter) This project required design and environmental permitting services for two new 1,600- foot-long bridges spanning the Big Marco River to replace the existing Jolley Bridge that provided primary access to Marco Island. Solely responsible for environmental support that included state and federal wetland permitting, seagrass and wetland mapping and mitigation design, listed species identification and protection, environmentally sensitive lighting design, and post -construction seagrass and crocodile monitoring. Colonial Boulevard (1-75 to SR 82) Six-Laning Design, Lee County, Florida (Lead Ecologist/Permitter) Responsible for environmental data collection and state and federal wetland permit application and support, including panther and wood stork impact/mitigation analysis, in part to authorize bridge widening over Six -mile Cypress Slough. Immokalee Road Wildlife Crossing, Collier County, Florida (Lead Ecologist/Permitter) Collier County Department of Transportation received a grant to design, permit, and build a 5'x10' wildlife crossing under Immokolee Road adjacent to Camp Keais Strand in the rural lands of Collier County. With environmental permits in hand, served as principle ecologist to conduct pre -work wildlife surveys to clear the construction corridor and to provide technical assistance during construction to maintain compliance with permit requirements. Florida Department of Transportation (FDOT) District One Districtwide Environmental Permit Design Support Consultant (Project Manager/ Ecologist/Permitter) Responsible for supporting District One Permits Department in jurisdictional determination, permit preparation and submittal, data collection, drainage design and/or evaluation, computations, field surveys, development and design of wildlife crossings, mitigation design and monitoring, post -design activities and plans preparation. �,, *- -, ECHO UTILITY ENGINEERING & SURVEY Jeraldo (Jerry) Comellas, PE Jerald Comellas, PE is President of ECHO UES Inc. (ECHO) and serves as the leader of the business with primary control of the company's staff, assets and financial resources. He has 34 years of civil engineering and survey experience and heads up the hiring of leadership, expansion of the business as well as risk management. Mr. Comellas is highly experienced in managing multi -service projects, ensuring clients' needs and deadlines are met. He has played an instrumental role in launching and growing ECHO's footprint for surveying services and subsurface utility engineering (SUE) in the transportation design and design -build project industry. Mr. Comellas' knowledge and experience obtained during his nearly 20 years with the Florida Department of Transportation (FDOT D1 & D7) and his 15 years in the private consultant engineering sector has contributed to his past success serving the City of St. Petersburg, Pinellas County, and the FDOT. Mr. Comellas will serve as the SUE Project Manager on this contract. In this role, he will support Engineer of Record (EOR) with the resources and financial planning to ensure the successful completion of all tasks assigned under this contract. RELEVANT EXPERIENCE SUE I Survey City of St. Petersburg 22nd Street Improvements in Pinellas County, Florida Mr. Comellas is currently providing project management services for the designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ASCE 38-02 Quality Level A) of subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the City of St. Petersburg. City of St. Petersburg / Ardaman & Associates (Continuous Services Contract) in Pinellas County, Florida Mr. Comellas is currently providing project management services for the designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ASCE 38-02 Quality Level A) of subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the City of St. Petersburg. City of St. Petersburg North Take Off, US 19 Frontage Rd., in Pinellas County, Florida Mr. Comellas provided project management services for the designating (Cl/ASCE 38- 02 Quality Level B) and locating (Cl/ASCE 38-02 Quality Level A) of subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the City of St. Petersburg. Subsurface Utility Engineering & Utility Coordination Master Contract, FDOT District I, Various Counties, Florida Since 2005 Mr. Comellas served in a contract management and client relationship role providing utility coordination and subsurface utility engineering services on a task work order based for the Florida Department of Transportation District One. Services provided under this continuous services contract has amounted to hundreds of projects over the years include: designating (Cl/ASCE 38-02 Quality Level B), locating (Cl/ASCE 38-02 Quality Level A) subsurface utility engineering, professional utility coordination on -premise support and training workshops for FDOT staff and consultants. City of St. Petersburg I Design Consulting, Storm Drainage Improvements I RFQ No. 7631,1 GHD 128 Jeraldo Comellas, PE I Page 2 1-4 Ultimate Improvement Project (FDOT) From west of Kirkman Road in Orange County to east of State Road 434 in Seminole County, Florida An Interstate reconstruction project where Mr. Comellas was the program manager overseeing all subsurface utility engineering (SUE), surveying, and utility coordination (UC) services on behalf of the HDR/Jacobs/Skanska/Granite/Lane design -build team. The improvements included local collector distributor lanes and express lanes that make up the 12-14 lane facility. The project is the largest ever undertaken by the FDOT at a cost of $2.3 billion. SR 29 from Spencer Rd to Cowboy Way (CR80A), Hendry County, Florida Mr. Comellas provided project management services for the designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ ASCE 38- 02 Quality Level A) subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the FDOT. SR 60 West of Diesel Road, Polk County, Florida For this emergency response project, provided project management services for deliverables developed from the designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ASCE 38-02 Quality Level A) subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the FDOT. US 98 from CR 540A to SR 540, Polk County, Florida Mr. Comellas provided project management services for the designating (Cl/ASCE 38-02 Quality Level B) and locating (Cl/ ASCE 38- 02 Quality Level A) subsurface utility engineering and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record efforts associated with the final design and completion of final construction documents for the FDOT. SUE Continuing Services Contract, Statewide, Florida Mr. Comellas provided QA/QC reviews of deliverables in support of this continuing services contract for Energy Transfer / Florida Gas Transmission (FGT). The contract required subsurface utility engineering and survey services statewide, in advance of maintenance work or to confirm new utility installations were not in conflict with high-pressure gas mains. City of St. Petersburg I Design Consulting, Storm Drainage Improvements I RFQ No. 7631,1 GHD 129 T� CONSULTING ENGINEERS a 0 CONSOR company Trudi K. Williams, PE Stormwater Management Education Ms. Williams' appointment to the South Florida Water Management District Governing Board, ■ Bachelors of Science and subsequent election to Board Chair, provided her with hands-on experience addressing Civil Engineering, 1981, complex regional issues and balancing conflicting interests for water resources. She brings Florida International University these skills to clients. She is experienced in the evaluation of competing interests, public presentations and water resource issues in Southwest Florida. In the Florida Legislature for Credentials four terms, her primary interest was the managed sustainability of Florida's water resources. ■ Florida House of Representatives Ms. Williams founded TKW Consulting Engineers, based in Fort Myers, in 1989. 2004-2012 ■ SFWMD Governing Board Selected Project Experience 1999-2004, Chair 2001-2003 Southern Corkscrew Regional Ecosystem Watershed Design Documentation Report Professional Registrations (DDR) and Design, Lee County, FL ■ Licensed Professional Engineer: Principal -in -Charge for the hydrologic and ecologic restoration of a 4,150-acre conservation FL # 44193 area in South Lee County. Modeling determined that the hydrology of the 4,150-acre project area affected over 35,000 acres of adjacent land. TKW provided civil engineering design for Professional & Civic the project. The design included removal of man-made earthen berms, canals and ditches to Affiliations restore the area to its natural condition. Services included permitting support for obtaining an ERP through the FDEP, as well as modification to the existing CERPRA permit through the ■ American Council of Engineering Army Corps of Engineers. Consultants of Florida (ACEC- FL). Lake Trafford Restoration, Immokalee, FL ■ American Water Works Principal -in -Charge — TKW provided inspection services during construction of Phase III of Association (AWWA) the Lake Trafford Restoration project. Phase III completed one of the primary project ■ Babcock Preservation objectives of removing six feet of sediment from the bottom of Lake Trafford by dredging two Partnership million cubic yards of sediment. Other project objectives included restoration of native ■ Big Cypress Basin Board, fisheries and vegetation and the development of a watershed protection plan to reduce future Ex -Office Chairperson 1999-2004 nutrient inputs. ■ Charlotte Harbor Estuarine Program Board 1999-2004 Lake Apopka Dredging ERP, Magnolia Parks, FL ■ Corkscrew Regional Ecosystem Principal -in -Charge and Project Engineer — TKW provided civil engineering services for the Watershed Trustee Lake Apopka Demonstration Dredge Project. With a grant from Florida Fish and Wildlife ■ Florida Engineering Society Commission, the University of Florida, under the direction of Dr. Dan Canfield, contracted (FES) with Clean to Green to perform a demonstration dredging project in Lake Apopka. TKW ■ House Chair, Committee on prepared the Environmental Resource Permit Application to the Florida Department of Environmental Protection Environmental Protection and to the Army Corps of Engineers for approval of the ■ House Environment & Natural demonstration dredge project. TKW reviewed processes used in the demonstration. Resources Council ■ National Society of Professional City of Fort Myers East Water Reclamation Facility, Fort Myers, FL Engineers (NSPE) Principal -in -Charge and Permit Manager for the new wastewater treatment facility with capacity of 12 mgd on a 70-acre site. Project value $70.0 million. Total Years Experience 38 Lee County Utilities, Gateway WTP, Fort Myers, FL Principal -in -Charge for permitting, design, and construction administration for upgrade and expansion from 0.05 mgd to 8 mgd in four phases and a 3-mile force main extension. Project value $20.0 million. City of Fort Myers East Water Reclamation Facility, Fort Myers, FL Principal in Charge and Permitting Liaison for new, $70 million facility with an estimated final capacity of 12 MGD on a 70-acre site. Fiesta Village Advanced Wastewater Treatment Plant, Fort Myers, FL Principal in Charge for upgrade from 2.5 MGD to 5.0 MGD capacity. TKW. a CONSOR Company 1 Williams lNfiw. CONSULTING ENGINEERS a 0 CONSOR company Trudi K. Williams, PE Stormwater Management Gateway Wastewater Treatment Plant, Fort Myers, FL Principal in Charge for design for $20 million (phase 1) upgrade and expansion from 0.05 MGD to 8 MGD in four phases and a 3-mile force main extension. Bonita Springs Golf & Country Club WWTP, Fort Myers, FL Project Manager for permitting, coordination, design, and construction management of the 0.5 MGD wastewater treatment plant with Class One reliability for reuse. Ongoing Engineer of Record for Utility. Matlacha Wastewater Treatment Plant, Fort Myers, FL Project Manager for study of the relocation and connection to the City of Cape Coral of the troubled plant at Matlacha for Lee County Utilities. Fiddlesticks Country Club WWTP, Fort Myers, FL Principal in Charge for modification to capacity of 0.15 mgd and improvements; Engineer of Record for over 15 years. Ave Maria Utilities, Immokalee, FL Owner's representative for all water and wastewater utilities and infrastructure for the new Ave Maria University and town. City of Fort Myers — Yacht Basin, Fort Myers, FL Principal in Charge for facility renovations and Improvements. Downtown Redevelopment, Fort Myers, FL Principal in Charge for assistance for City of Fort Myers on permitting relating to several, high -profile downtown projects. Lee County NPDES Program, Lee County, FL Project Manager for The National Pollutant Discharge Elimination System (NPDES) permitting filed with EPA for the major drainage locations and field testing for Pine Island, Matlacha, Upper Captiva and northwest Lee County Florida for the Lee County Department of Natural Resources. Gasparilla Rip -Rap and Seawall Reconstruction, Boca Grande, FL Project Manager for the 3,200 lineal feet of structural rip -rap along a golf course in the Class I Outstanding Florida Waters of Charlotte Harbor. The project required extensive sea grass and mangrove mitigation, and extensive permitting and coordination efforts with the USACOE, Fish and Wildlife and the SFWMD. Downtown Area Permitting 1 Water Management Issues, Fort Myers, FL Provided consulting services to City of Fort Myers on water management issues and permitting, relating to several, high - profile downtown projects. Also acted as the City's liaison with the South Florida Water Management District. Lee County Public Works Facility, Fort Myers, FL Project Manager for site design for entire Lee County Public Works Facility, included parking, sewer collection, potable water, storm water management, parking and related permitting. Harlem Heights Roadway, Fort Myers, FL Project Manager for design and permitting of water lines and gravity sewer system for new roadways to include water line replacement, ditch crossings, and bridge aerial crossings for Harlem Heights subdivision. Southwest Florida International Airport, Fort Myers, FL Principal in Charge and Project Engineer for Annual DRI Traffic Update, including a report on capacity analysis and level of service analysis for seven signalized intersections and one un- signalized intersection. Page Field and Southwest Florida International Airports, Fort Myers, FL Project Manager for annual comprehensive site evaluation of for NPDES compliance, requiring the preparation of a Storm Water Pollution Prevention Plan, Best Management Practices Documents, and Environmental Protection Agency permit application. Florida Dept. of Children & Families - Gulf Coast Center, Buckingham, FL Principal in Charge for design, permitting and construction of three miles of water main, water storage tanks and pump house for the Center, including demolition of the existing 0.2 MGD water treatment plant and conversion of existing potable wells to irrigation wells FGCU South Entrance Road/South Housing Complex, Fort Myers, FL TKW provided program and project management, civil engineering, environmental science, surveying, and construction administration for the $4 million, 4,000+ student housing development project in the south area of the campus, and the roads to it from the campus and Ben Hill Griffin Parkway. The area for the entire project is approximately 120 acres. As initial tasks, TKW has provided boundary and topographic surveys and utility locations for engineering design. TKW has also completed wetland delineation, protected species surveys, and gopher tortoise location and permitting. 2x4 Ranch, Desoto County, FL TKW provided countywide comprehensive planning services for approximately 5,700 acres in sections in Desoto County Florida and included provisions for urban center and buffer zoning districts with a combined allowable density of 10,000 residential units and associated commercial uses. TKW. a CONSOR Company 2 Williams Adam Davie, Pe CONSULTING ENGINEERS a 0 CONSOR company Site/Civil & Drainage Engineer Education Mr. Davie is a project engineer with significant construction experience as a superintendent, ■ Bachelor of Science, Civil project manager and lead estimator prior to joining TKW. This valuable experience is Engineering, 2012 reflected in his work as a design professional. He is skilled with drainage and surface water Florida Gulf Coast University, management (stormwater) design, permitting and construction having built many such Fort Myers, FL systems. Certifications Selected Project Experience ■ Licensed Professional Engineer: FL # PE88621 City of Fort Myers, East Water Storage Tank & Booster Pump Station Improvements ■ FDEP Stormwater & Erosion Design, Fort Myers, FL Control Certified Project engineer for site design, including access, surface water management and development permitting for a new pumping station and potable water storage reservoir. Professional Affiliations 2.1 Acre Coconut Point Honda, Estero, FL ■ Member American Society of Civil Provided planning and pre -design services to determine the feasibility in modifying 2.1 acres Engineers of Dry Detention into additional parking for the dealership. ■ Florida Water Environment Association (FWEA) SFWMD Southern Crew Engineering During Construction, Bonita Springs, FL ■ Lee Leadership Provided services during construction, which included responding to RFI's and submittals ■ Water Environment Federation during construction, inspection services to ensure to project was built in accordance with the (WEF) plans and specifications, coordinated with SFWMD, USACE, FDEP with the rehabilitation of this land. Joined TKW 2018 Rookery Bay - Goodland Field Station, Marco Island, FL TKW provided civil engineering services in connection of the new facilities to offsite public Total Years Experience sewerage. Project services includes design of sewage pumping station and force main 8 connection from pumping station to public sewer, permit application, and grade for parking area to drain properly. Colonial & SR 82 SFWMD 6 Acre, Fort Myers, FL Development strategy on a piece of land with wetlands. Coordinating with SFWMD and USACE. LOMR - Colonial 100 Acre Project, Fort Myers, FL Floodplain analysis for a 100 Acre project site. Transportation East SFWMD Permit Update, Fort Myers, FL Review non-compliance issue with the SFWMD and provide design solutions. City of North Port SWWTF Design Review, North Port, FL Project engineer for review of the civil -site development drawings for a new wastewater treatment plant designed by another consultant for the City of North Port. TKW was contracted to provide the QC and Value Engineering review of the design for the city to help assure that the project met all of the city's objectives and utility standards. Lee County Utilities, Fiesta Village WWTP Sludge Dewatering and Hypochlorite Storage Tank Improvements, Lee County, FL Project engineer for site design for a new dewatering system. City of Cape Coral Underground Fire Line Phase II, Cape Coral, FL Project engineer for utility design for new potable water supply lines for fire flow for portions of Cape Coral that were previously connected to the reclaimed water system for fire flow. TKW, a CONSOR Company 1 Davie about GHD GHD is one of the world's leading professional services companies operating in the global markets of water, energy and resources, environment, property and buildings, and transportation. We provide engineering, environmental, and construction services to private and public sector clients. Brian Moore, PE brian.moore@ghd.com 813 257 0658 Carlton Spirio, PE carlton.spirio@ghd.com 813 257 0770 www.ghd.com 16.A.1.d ca�-i►e� co��ty AdminMbve SeMlces Division Procurement Services Selection Committee Final Ranking Sheet RPS #: 20-7713R Title: Enginnering Services for Lake Trafford Stormwater Improvements and Water Treatment Facility Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and call out the final rank order. Name of Firm Robert Wiley Ananta Nath Brett Rosenblum Lorraine Lantz Mark Martin Total Selection Committee Final Rank Tie Breaker GHD Services Inc 3 1 2 2 2 10 1.0000 1 Robau and Associates LLC 2 3 1 3 1 10 1.0000 2 AIM Engineering Surveying Inc. 1 2 3 1 3 10 1.0000 3 JR Evans Engineering 41 41 41 41 4 20 4.0000 4 Procurement Professional lEvelyn Colon, Procurement Manager N M M Z. Page 1 of 1 Packet Pg. 19