Loading...
Agenda 09/22/2020 Item #16G 1 (Contract #20-7692 Design Services for Everglades Airpark Runway Rehabilitation)09/22/2020 16.G.1 EXECUTIVE SUMMARY Recommendation to approve and authorize the Chairman to sign Agreement No. 20-7692, "Design Services for Everglades Airpark Runway Rehabilitation," in the lump sum amount of $275,050 with Hole Montes, Inc. OBJECTIVE: To prepare plans, specifications, bid documents, and permit services in connection with the rehabilitation of Runway 15/33 at the Everglades Airpark ("XO1"). CONSIDERATIONS: On April 28, 2020 (Agenda Item 16G1), the Board of County Commissioners, sitting as the Collier County Airport Authority, approved a selection committee's ranking of consultants that submitted proposals for Request for Professional Services No. 20-7692 as follows: (1) Hole Montes, Inc., (2) Atkins North America, Inc., and (3) Avcon Inc., and directed staff to bring a negotiated contract back to the Board for approval. Following the Board's direction, staff commenced negotiations with the top -ranked firm Hole Montes, Inc. The proposed scope of work for this agreement is to provide professional design, permitting and bidding services for the overall project, which will include necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavement removal/additions. Hole Montes, Inc. is an expert in the field of airport design and has experience on numerous Federal Aviation Administration ("FAA") and FDOT funded projects of a similar nature. As provided in the recommended agreement, Hole Montes will be responsible for designing a safe and efficient project in compliance with all permitting, regulatory requirements and related services necessary to initiate construction of all elements of the Runway 15/33 rehabilitation at X01. The funding for these services necessary to affect the construction of vital safety improvements at XO1 will be funded by the FAA. Staff recommends approval of the attached proposed agreement with Hole Montes, Inc. to provide design and related services in the lump sum amount of $275,050. FISCAL IMPACT: The source of funding is a Federal Aviation Administration (FAA) Airport Improvement Program (AIP) grant and $275,050 is available within Airport Grant Fund (498) Project #33709. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT PLAN IMPACT: There is no impact to the Growth Management Plan related to this action. RECOMMENDATION: To approve and authorize the Chairman to sign Agreement No. 20-7692 in the lump sum amount of $275,050 with Hole Montes, Inc., for the design and related services of the Runway 15/33 rehabilitation extension projects at the Everglades Airpark. Prepared By: Justin Lobb, Airports Manager, Airport Authority ATTACHMENT(S) 1. [Linked] 20-7692 HoleMontes_VendorSigned (PDF) 2.20-7692 HoleMontes_Insurance 8-26-20(PDF) 3.20-7692 NORA (PDF) Packet Pg. 1918 16.G.1 09/22/2020 4.20-7692 Final Ranking (PDF) 5. 19-7567 Solicitation (PDF) 6. [Linked] HM_Response_20-7692_Everglades_Airpark_Runway_Rehab_20200121 (PDF) Packet Pg. 1919 16.G.1 09/22/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.1 Doe ID: 13145 Item Summary: Recommendation to approve and authorize the Chairman to sign Agreement No. 20-7692, "Design Services for Everglades Airpark Runway Rehabilitation," in the lump sum amount of $275,050 with Hole Montes, Inc. Meeting Date: 09/22/2020 Prepared by: Title: Operations Coordinator — Airport Authority Name: Debra Brueggeman 08/18/2020 8:28 AM Submitted by: Title: Division Director - Operations Support — Growth Management Department Name: Gene Shue 08/18/2020 8:28 AM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Growth Management Operations Support Christopher Johnson Growth Management Department Gene Shue Additional Reviewer Growth Management Department Lisa Abatemarco Additional Reviewer Airport Authority Justin Lobb Additional Reviewer Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department Debra Brueggeman Deputy Department Head Review Growth Management Department Thaddeus Cohen Department Head Review Grants Erica Robinson Level 2 Grants Review County Attorney's Office Scott Teach Level 2 Attorney Review Grants Carrie Kurutz Additional Reviewer Office of Management and Budget Laura Wells Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Laura Zautcke Additional Reviewer Completed 08/18/2020 9:09 AM Completed 08/18/2020 9:29 AM Additional Reviewer Completed Completed 08/19/2020 10:49 AM Completed 08/19/2020 11:39 AM Completed 08/24/2020 9:08 AM Completed 08/26/2020 2:26 PM Completed 08/27/2020 11:51 AM Skipped 08/10/2020 1:01 PM Completed 08/27/2020 1:19 PM Completed 08/27/2020 3:05 PM Completed 08/28/2020 9:00 AM Completed 08/28/2020 11:32 AM Completed 08/28/2020 11:43 AM Completed 08/31/2020 8:32 AM Completed 09/08/2020 2:53 PM Packet Pg. 1920 16.G.1 09/22/2020 County Manager's Office Board of County Commissioners Nick Casalanguida Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 09/14/2020 12:36 PM 09/22/2020 9:00 AM Packet Pg. 1921 116.G.1.b I ACCOR E CERTIFICATE OF LIABILITY INSURANCE I DATE IN 2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI: CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIE: BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZE[ REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject tt the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to tht certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cheryl Nevins BKS Partners PHONE FAX 5216 Summerlin Commons Blvd AIC No Ext: 239-931-3037 A/C No:239-931-5604 Suite 200 ADDRESS: cheryl.nevins@bks-partners.com Fort Myers FL 33907-2139 INSURER(S) AFFORDING COVERAGE NAIC # License#: L008716 INSURERA: Continental Insurance Company 35289 INSURED HOLEMON-01 INSURER B : FCCI Insurance Company 10178 Hole Montes, Inc. 950 Encore Way INSURER C : American Cas Co of Reading PA 20427 Naples FL 34110 INSURERD: Lexington Insurance Company 19437 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1452785025 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIO[ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI: CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE 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 A X COMMERCIAL GENERAL LIABILITY Y 6080018975 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGETO S(RENTED PREMISES Ea occurrence) $ 100,000 MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑X PRO- LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: A AUTOMOBILE LIABILITY 6080018345 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X DAMAGE Pe accident) (rX $ HIRED AUTOS X NON -OWNED AUTOS 10,000 $ PIP A X UMBRELLA LIAB X OCCUR 6080025120 1/1/2020 1/1/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N 001-WC20A-78993 1/1/2020 1/1/2021 X PER OTH- STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C EQUI-Leased/Rented 60800188975 1/1/2020 1/1/2021 1,000 Deductible 50,000 D Professional Liability 031711175 1/1/2020 1/1/2021 50,000. / 150,000 2,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Robert Murray is Excluded From Workers Compensation Coverage Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, OR, Collier County included as an additional insured under the captioned Commercial General Liability and Automobile Liability Policies on a primary and non-contributory basis and to the extent required by written contract. For any and all work performed on behalf of Collier County. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORI THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED It ACCORDANCE WITH THE POLICY PROVISIONS. REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Packet Pg. 1922 DocuSign Envelope ID: B3EEC1F1-A9FB-467A-9B41-4BC50E75829D Coev County Administrative Services Department Procurement Services Division Date: March 4, 2020 Notice of Recommended Award Solicitation: 20-7692 Title: Design Services for Everglades Airpark Runway Rehabilitation Due Date and Time: January 21, 2020 at 3:00 p.m. 16.G.1.c Respondents: Company Name City County State Final Ranking Responsive/Responsible Hole Montes, Inc. Naples Collier FL 1 Yes/Yes Atkins North America, Inc. Fort Myers Lee FL 2 Yes/Yes Avcon, Inc. Orlando Orange FL 3 Yes/Yes Infrastructure Consulting & Engineering, PLLC, LLC Tampa Hillsborough FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes = No - Recommended Vendor(s) For Award: On December 13, 2019 the Procurement Services Division released notices of Request for Professional Services 20-7692, Design Services for Everglades Airpark Runway Rehabilitation. 15,834 firms were notified, 94 firms viewed/downloaded the bid information and four (4) proposals were received by the due date of January 21, 2020, as shown above. All four proposers were found to be responsive and responsible. Infrastructure Consulting & Engineering, PLLC, LLC was contacted for grant certifications and assurances, and deemed a minor irregularity. The Selection Committee met on February 25, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Avcon, Inc. Hole Montes, Inc. Atkins North America, Inc. On March 3, 2020 the Selection Committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: Hole Montes, Inc. ranked as 1 Atkins North America, Inc. ranked as 2 Avcon, Inc. ranked as 3 Packet Pg. 1923 DocuSign Envelope ID: B3EEC1F1-A9FB-467A-9B41-4BC50E75829D 16.G.1.c The final ranking resulted in a tie between Hole Montes, Inc. and Atkins North America, Inc. Pursuant to the solicitation documents and the Collier County Procurement Manual, the order of ranking was determined based upon the proposer with the lower volume of work previously awarded in the twenty-four months prior to the RPS submittal deadline. Staff is recommending negotiations with the top ranked firm, Hole Montes, Inc. by: Project Mana DocuSigned by: Procurement Strategist: kLmI:t Services Director: Ste. H Sandra Herrera Required Signatures 3/4/2020 Date Packet Pg. 1924 (M21 SOX COI IMIU03 u6isaa WH - Z69L-OZ;uauaaaa6d : 5 1K0 6uiAueIJ Pull Z69L-OZ :IuawL13BIIy 'd O � CIO Q a� i��rTJ-ryyyl VI ~ i�-I O U � ;n ° O w ^" �.. d U L: N � N N W � U U N it cd N i-+ � O O •in �, 0 w w i 40 U i- u �r�j E Q N A f1y t y �Dct [~ A a L rl ^C N Q C E CA Fri w o w O O O cd U cC 0 E-+ � N M a x iw � N M Q p w O U C 0Z • O 16.G.1.e Collier coHnty 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 Design Services Everglades Airpark Runway Rehabilitation RPS NO.: 19-7567 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 evelyn.colon@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Packet Pg. 1926 SOLICITATION PUBLIC NOTICE 16.G.1.e REQUEST FOR PROFESSINAL 19-7567 SERVICES (RPS) NUMBER: PROJECT TITLE: Design Services Everglades Airpark Runway Rehabilitation RPS OPENING DAY/DATE/TIME: Month XX, XXXX at X:XX A.M. or P.. 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: httns://www.bidsvnc.com/bidsvnc-cas/ INTRODUCTION X L As requested by the Collier County Airport Authority Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services t (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 V Specifications or Scope of Work stated. The Collier County Airport Authority Division is seeking proposals for professional design and construction phase engineering services for the airfield pavement reconstruction and widening of Runway 15-33 (see attached Exhibit "A") at the Everglades Airpark. This is expected to be a two (2) to four (4) year design and construction program due to annual funding constraints and is dependent upon the level of grant funding available through FAA and FDOT. See attached Exhibit "I", Granting Agency Documents and Exhibit, Granting Agency Forms, incorporated herein by reference. BACKGROUND The Everglades Airpark (XO1) is a small general aviation airport that has one (1) active runway and parallel taxiway that allow for the safe passage of aircraft. Runway 15-33 is in poor to critical condition as rated in the most recent Pavement Inspection Report that was completed through the Florida Department of Transportation in 2017. All the pavement sections of the runway at Everglades Airpark require continuous maintenance in order to allow for the operations of aircraft and prevent the pavement from continuing to deteriorate to the point of failure. In addition, the Runway Safety Areas are known to be deficient. To allow for the continued operations of aircraft at the airport, pavement restoration and elevation (to mitigate against tidal flooding) is necessary. Project will also include necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavement removal/additions. 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 initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The overall project will be primarily funded with Federal (FAA) AIP dollars, State (FDOT) and local (County) dollars. Runway 15/33 has dimensions of 2,400 feet in length by 60 feet wide. The runway has a fifty -foot wide asphalt center with five-foot turf shoulders on each side. The Runway Safety Areas (RSA) for the Runway are currently known to be deficient. Runway 15/33 is currently classified as an Aircraft Approach Category (AAC) A and an Airplane Design Group (ADG)1. Whereas an RSA for such a runway should extend a minimum of 240 feet beyond the end of each runway end, the RSA for Runway 15 is currently 2 feet and the RSA for Runway 33 is currently 14 feet, because the Airpark and the Runway are located very close to Chokoloskee Bay on three of its four sides. Currently, the Airport Authority is in the process of completing a focused Environmental Assessment (EA) and Planning Study to address these deficiencies, the draft of which is attached hereto as Exhibit "B". iLl Phase I -- Design Phase Services: Packet Pg. 1927 The Runway 15-33 reconstruction and widening design shall include, but not be limited to all civil and electrical engi 16.G.1.e typically required for airfield pavement rehabilitation on active airports in accordance to FAA requirements and in accordance to FAA Advisory Circulars 150/5300-13A, 16, 17 & 18 as well as all supporting services such as surveying (including AGIS) and geotechnical services. The design must incorporate all utilities, site development, and drainage. Services shall consist of all phases of design, including but not limited to: programming, schematic design, design development, construction documents, and all permitting/ services during construction The selected firm shall be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. In addition, ability to provide affidavits of no conflict of interest or to provide services separate from private sector clients shall be required. The consultant should be prepared to assist with grant preparation and may or may not be requested to perform administration for FAA and FDOT grant programs. This project will be awarded in Phases. The Design Phase services will be negotiated first and if post bid award and construction services are required, they will be negotiated prior to construction beginning. Phase II -- Construction Phase services may include: The Consultant may be required to coordinate the overall Construction Phase Program Management, construction observation, grant management and miscellaneous support services. Each of these services shall be provided by the Consultant, working in concert with the County, the County's design Professionals and Contractors. The Consultant shall provide the overall construction administration and possibly construction oversight to verify that all elements of construction are being complied with and that the general intent of the contract document is being met. Also, if construction oversight is required, the Consultant will hire a sub consultant to perform all required testing quality control in the field and on the asphalt to comply with the Contract Documents. Task 1- Construction Administration • Coordination with FAA/FDOT/County and other agencies N • FAA safety plans W ti • Coordinate and attend pre -construction conferences with each A/E and applicable County representative N • Overall Contract Management • Coordinate and attend construction progress meetings • FAA/FDOT Grant Management (Quarterly Construction Reports) to include ensuring compliance with all grant terms, a0i conditions, and assurances. a • DBE monitoring and compliance Q • Davis Bacon Act compliance including but not limited to monitoring the Prime and all subcontractors submit compliant ,n weekly certified payroll on time and the performance of labor interviews. r M • Review/Track/Monitor status of o construction progress a o shop drawing submittals C W o contract document clarification and interpretations (RFIs) M o respond or coordinate responses to RFIs .2 o requests for changes to construction cost and or schedule 0 • Review of contractor's schedule ti • Provide contractor with schedule comments Ln ti • Processing of Progress Payments ■ Verify that the work has progressed to the point indicated ■ Verify that the work is in substantial accordance with the contract documents c ■ Verify that the contractor is entitled to the payment in the recommended amount E ■ Verify that the A/E has properly Certified the Request for Payment ■ Verify that all required backup documentation such as the appropriate subcontractor and contractor Releases of Lien have and the Bonding Company's Consent of Payment are included Q ■ Recommend payment Task 2 - Construction Inspection • Construction Observation Services • Conduct on -site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled • Resident Project Representative o Report, in writing, whenever it is believed that work is unsatisfactory, faulty or defective o Report, in writing, whenever it is believed that a hazardous condition exists o Maintain log of the work performed to include ■ When the contractor is on the job site Packet Pg. 1928 ■ Weather conditions ■ Changed conditions ■ List of visitors ■ Drilling and testing activities ■ General observations ■ Specific observations ■ Observed testing procedures o Verify that tests, equipment, and systems start up are conducted in the presence of appropriate personnel o Verify that the contractor maintains adequate records o Provide photographic record of construction o Observe materials and workmanship o Report, in writing, any deviation from the contract document o Coordinate the sampling and testing of materials to be performed by independent testing laboratories o Monitor that record drawing mark-ups are properly maintained Task 3 - Miscellaneous • Confirm project completion with appropriate agencies • Coordinate and attend Substantial Completion Walk through • Assist the A/E with development of a "punch list" of items needing completion prior to Final Acceptance • Confirm that punch list items are completed • Coordinate a final review of finished items • Provide recommendation of acceptance of the project • Collect all necessary documentation to close the project/contract o Lien waivers o Contractor's Final Affidavit o Close-out change orders o Surety's Final Consent o Process Final Payment • Assist the County with coordination of warranty work (not to exceed the completion date of the agreement) • Transmit all Project/Program related files to the County • Substantial completion • Project closeout • Testing Quality Control 16.G.1.e The firm shall be required to provide complete services as outlined in the contract or assist the Airport Authority, as a minimum, with the following tasks. 1. Provide final calculations, construction documents and specifications in consultation with the Owner. 2. Prepare and file all applications, data, and documents required to obtain approval of all authorities having jurisdiction over the project. 3. Prepare the necessary bidding technical specifications, and bid schedule(s). 4. Prepare a written cost estimate, engineering and functionality recommendations. 5. Process, review, approve, and distribute sop drawings, product data, samples, substitutions and other submittals required by the Construction Documents. 6. Construction field observation services consisting of visits to the project site as frequently as necessary. 7. Review and approval of invoices for payments to the Contractor prior to submission to the Project Manager, including verification of compliance with Davis Bacon requirements. 8. Review all change order requests and/or time extension requests by the Contractor. 9. Conduct final inspections and assist Owner in final acceptance of the project. 10. Additional services as may be necessary and appropriate. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 2. Certified Minority Business Enterprise 3. Past Performance 4. Project Approach, Willingness to Meet Time and Budget Requirements 5. Location 20 Points 5 Points 25 Points 20 Points 10 Points Packet Pg. 1929 6. Recent, Current, and Projected Workloads of the Firm 20 Points 16.G.1.e TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled "RIPS Instructions" included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. X Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State — http:Hdos.inyflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 1930 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 CONTRACTOR COMPLIANCE REQUIREMENT OVERVIEW: DESIGN SERVICES Contracts =/< $225,000 The services performed by the awarded Contractor shall be in compliance with all applicable FAA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, X 1) The contractor (including all subcontractors) must insert these contract provisions in each lower `o tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract i provisions by reference for work done under any purchase orders, rental agreements and other c agreements for supplies or services; U 3) The prime contractor is responsible for compliance with these contract provisions by any r_ 2 subcontractor, lower -tier subcontractor or service provider. 0 CONTRACT AND SOLICITATION CLAUSES (1-19) 1. AWCESS TO RECORD AND REPORTS 2 CFR § 200.333; 2 CFR § 200.336; FAA Order 5100.38 (Contract Clause A1.3 also applies to subcontracts CONTRACT CLAUSE A1.3 (Access to Records and Reports): The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. BREACH OF CONTRACT TERMS 2 CFR § 200 Appendix II(A) (Applies to contracts=1>$150,000.) CONTRACT CLAUSE A3.3 (Breach of Contract Terms): Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The County will provide the Contractor or Consultant written notice that describes the nature of the breach and corrective actions the Contractor or Consultant must undertake in order to avoid termination of the contract. County reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the County elects to terminate the contract. The County's notice will identify a specific date by which the Contractor or Consultant must correct the breach. County may proceed with termination of the contract if the Contractor or Consultant fails to correct the breach by deadline indicated in the County's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Paee 1 Packet Pg. 1931 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 3. CIVIL RIGHTS - GENERAL 49 USC § 47123 CONTRACT CLAUSE A5.3.1(General Civil Rights Provisions): The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and a: subcontractors from the bid solicitation period through the completion of the contract. This provision is in c addition to that required of Title VI of the Civil Rights Act of 1964. X L 4. CIVIL RIGHTS - TITLE VI ASSURANCE SOLICITATION CLAUSE A6.3.1 (Title VI Solicitation Notice): Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. CONTRACT CLAUSES A6.4.1 (Title VI Clauses for Compliance with Nondiscrimination Requirements): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: i) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts Aand Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. ii) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. iii) Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. iv) Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. v) Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 2 Packet Pg. 1932 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. vi) Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The c Contractor will take action with respect to any subcontract or procurement as the sponsor or X L the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the C sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. a' tA CONTRACT CLAUSES A6.4.5 (Title VI List of Pertinent Nondiscrimination Acts and Authorities): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 3 Packet Pg. 1933 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 3: • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). o 5. CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR § 200, Appendix II(G) (Applies to all contracts and subcontracts that exceed $150, 000.) CONTRACT CLAUSE A7.3 (Clean Air and Water Pollution Control): Contractor* agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the County immediately upon discovery. The County assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. *Contractor must include this requirement in all subcontracts that exceed $150, 000. 6. D ARMENT AND SUSPENSION (SUBCONTRACTS) 2 CFR part 180 (Subpart C); 2 CFR part 1200; DOT Order 4200.5 (Applies to contracts and subcontracts of $25, 000 or more.) SOLICITATION CLAUSE A11.3; A11.3.1 (Certification of Offerer/Bidder Regarding Debarment): By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. LOWER TIER CONTRACT CERTIFICATION A11.3.2 (Certification of Lower Tier Contractors Regarding Debarment): The Contractor, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: i. Checking the System for Award Management at website: http://www.sam.gov. ii. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. iii. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. PaLc 4 Packet Pg. 1934 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 VANTAGED7. DISAD BUSINESS ENTERPRISE 49 CFR part 26; 49 CFR § 26.53 REQUIRED PROVISIONS Al2.3; SOLICITATION LANGUAGE Al2.3.1 (Solicitations that include a Project Goal): Information Submitted as a Matter of Bidder Responsiveness The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort X requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit �o the following information with its proposal on the forms provided herein: a. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; c b. A description of the work that each DBE firm will perform; v c. The dollar amount of the participation of each DBE firm listed under (a.) a, d. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (a.) to meet the Owner's project goal; and e. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts = undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Information Submitted as a Matter of Bidder Responsibili y The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. f. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; g. A description of the work that each DBE firm will perform; h. The dollar amount of the participation of each DBE firm listed under (£) i. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (f.) to meet the Owner's project goal; and j. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. SOLICITATION LANGUAGE Al2.3.2 (Race/Gender Neutral Means): The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Collier County Airport Authority, as owner of the Collier County General Aviation Airports, to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Collier County encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a DBE. A DBE contract goal of 5.9 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder will be required to submit the following information with their proposal on the forms provided herein: (k) The names and addresses of DBE firms that will participate in the contract; (1) A description of the work that each DBE firm will perform; FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Paee 5 Packet Pg. 1935 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 (m) The dollar amount of the participation of each DBE firm participating; (n) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (o) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); (p) If the contract goal is not met, evidence of good faith efforts. a: DBE PRIME CONTRACTS Al2.3.3 (Projects Covered by a DBE Program) Contract Assurance (§ 26.13) The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate, which may include, but is not limited to: q) Withholding monthly progress payments; r) Assessing sanctions; s) Liquidated damages; and/or t) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment Mechanisms (§26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contract receives from the Authority. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Authority. This clause applies to both DBE and non -DBE subcontracts. Florida Department of Transportation DBE Certification Requirements for FAA Grant Funded Projects Directory (§26.31) The Authority uses the Florida Unified Certification Program (FL UCP) DBE Directory, maintained by the Florida Department of Transportation (FDOT). The Directory lists the firm's name, address, phone number, date of the most recent certification, and the type of work the firm has been certified to perform as a DBE. In addition, the Directory lists each type of work for which a firm is eligible to be certified by using the most specific NAICS code available to describe each type of work. The Florida Department of Transportation updates the Directory at least annually, and periodically, as necessary. The Directory is available for review by contacting: Justin Lobb, Airport Manager, Collier County Airport Authority, 2005 Mainsail Drive, Suite 1, Naples, FL 34114, 239-642-7878. The Directory may be found at http://www.dot.state.fl.us/equalopportxnityoffice/ Certification Process (§ 26.61— 26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program. The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 6 Packet Pg. 1936 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 For further information about the certification process or to apply for certification, firms should contact: Florida Department of Transportation (FDOT) Equal Opportunity Office 605 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850) 414-4747 ^ Equal Opportunity Office http://www.dot.state.fl.us/equalopportunityoffice/ c County Administrative Reconsideration (§26.53(d)) Within ten (10) days of being informed by the Authority that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Gene Shue, Operations Support Director, Collier County Airport Authority, 2885 S. Horseshoe Drive, Naples, FL 34104, 239-252-5169. The reconsideration official will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Authority's administrative reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the US Department of Transportation. RI8. DISTRACTED D VING Executive Order 13513, DOT Order 3902.10 (Applies to subcontracts exceeding $3,500 CONTRACT CLAUSE A13.3 (Texting When Driving): In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/l/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the County encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. PaLc 7 Packet Pg. 1937 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 9. ENERGY CONSERVATION REQUIREMENTS 2 CFR § 200, Appendix II(H) (Applies to subcontracts.) CONTRACT CLAUSE A14.3 (Energy Conservation Requirements): Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the a: state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 0 U. S.C. 6201 et seq). X L 10. ENVIRONMENTAL ASSESSMENT REQUIREMENT 40 CFR Part 312; Subpart B, Section 312.10 (1-5) 40 CFR 1501.3(b) ASTM E 1528 General Requirements National Environmental Policy Act (NEPA) Regulations, including Part 150 and Part 161 NEPA Implementing Instructions for Airport Actions Order 5050AB Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 THE ESA PROCESSES: The Contractor will comply with the FAA's Environmental Program Airports — Southern Region, the National Environmental Policy Act (NEPA) and other Federal environmental laws and regulations outlined in Chapter 7 Order 5050.4B, April 2006 of The Environmental Assessment determining standard practices for limited environmental due diligence. 11. EQUAL EMPLOYMENT OPPORTUNITY (EEO) 2 CFR § 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 (Applies to contracts and subcontracts=/>$10,000.) MANDATORY CONTRACT CLAUSE A16.3; A16.3.1 (EEO Contract Clause): During the performance of this contract, the contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 8 Packet Pg. 1938 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 12. FEDERAL FAIR LABOR STAND ACT (FED ARUNIMUM WAGE) 29 U.S.C. § 201, et seq SOLICITATION CLAUSE A17.3: All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor or Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor or Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division 13. LOBBYING AND INFLUENCING FED EMPLOYEES 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment; 2 CFR part 200; Appendix II(J); 49 CFR part 20; Appendix A (Applies to contracts and subcontracts=/>$100,000.) CONTRACT CLAUSE A18.3 (Certification Regarding Lobbying): The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Paee 9 S Packet Pg. 1939 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 14. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 20 CFR part 1910 (Applies to contracts and subcontracts.) CONTRACT CLAUSE A20.3: All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer, hereinafter known as "the Contractor," must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. 15. SEISMIC SAFETY 49 CFR part 41 CONTRACT CLAUSE A23.3 (Professional Service Agreements for Design - Seismic Safety): In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard which provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the County a "certification of compliance" that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 10 Packet Pg. 1940 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 16. TAX D NQUENCY AND FELONY CONVICTIONS Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 a: CONTRACT CLAUSE A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions): The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response.(A separate form is provided for the certification.) The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. b) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 17. TERMINATION OF CONTRACT (Applies to contracts=/>$10,000.) 2 CFR § 200 Appendix II(B); FAA Advisory Circular 150/5370-10; Section 80-09 CONTRACT CLAUSE A25.3; A25.3.1 (Termination for Convenience Professional Services): The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 11 Packet Pg. 1941 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. CONTRACT CLAUSE A25.3; A25.3.2 (Termination for Default Professional Services): Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are c essential to the completion of the work per the terms and conditions of the Agreement. The party initiating X L the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are C in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the a' .N failure of the Consultant to: 0 i) Perform the services within the time specified in this contract or by County approved extension; ii) Make adequate progress so as to endanger satisfactory performance of the Project; _ iii) Fulfill the obligations of the Agreement that are essential to the completion of the Project. N as Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected ti unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the N County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Q Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination Ln action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. c b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the County: i. Defaults on its obligations under this Agreement; ii. Fails to make payment to the Consultant in accordance with the terms of this Agreement; �o ti iii. Suspends the Project for more than [1801 days due to reasons beyond the control of the Ln Consultant. ti a, Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and d Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without E prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the County's breach of the contract. In the event of termination due to County breach, the cc Q Engineer is entitled to invoice County and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. County agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause.19. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Paee 12 Packet Pg. 1942 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 18. TRAD RESTRICTION CERTIFICATION 49 USC § 50104; 49 CFR part 30 SOLICITATION CLAUSE A26.3 (Trade Restriction Certification): By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade X Representative (U.S.T.R.); L- b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and W c. has not entered into any subcontract for any product to be used on the Federal on the project that is �j produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. N This certification concerns a matter within the jurisdiction of an agency of the United States of America o and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution 2 under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written , notice to the County if the Offeror/Contractor learns that its certification or that of a subcontractor wasCM erroneous when submitted or has become erroneous by reason of changed circumstances. The ContractorCD ti must require subcontractors provide immediate written notice to the Contractor if at any time it learns that N its certification was erroneous by reason of changed circumstances. c Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 E CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (d) who is owned or controlled by one or more citizens or nationals of a foreign country included on Q the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (e) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or c i (f) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; o Nothing contained in the foregoing shall be construed to require establishment of a system of records in a order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary M course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The ti contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign M country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor E z or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the County cancellation of the contract or subcontract for default at no cost to the County or Q the FAA. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 13 Packet Pg. 1943 16.G.1.e Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 19. VETERAN'S PREFERENCE 49 USC § 47112(c) CONTRACT CLAUSE A27.3 (Veteran's Preference): hi the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small c business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This X L preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 14 Packet Pg. 1944 16.G.1.e EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES FAA GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE. Page Certification and Form GCA-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA-3 GCA-Certification Regarding Lobbying GCA-4 Collier County Conflict of Interest Certification GCA-5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA-6 Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services GCA-7 Acknowledgement of Grant Terms and Conditions GCA-8 Certification Regarding Tax Delinquency and Felony Convictions Packet Pg. 1945 16.G.1.e EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; o (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name Title Firm Street Address, City, State, Zip Signature Project Name Project Number Tax ID Number DUNS Number GCA-2 Packet Pg. 1946 16.G.1.e EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying (Federal and State) The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any W person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, c an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding X of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 0 2 If an funds other than Federal appropriated funds have been aid or will be aid to an person for v () YP P Y P c influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer a' .N or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, o grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. _ N (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative N agreements) and that all subrecipients shall certify and disclose accordingly. c m This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person a who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more Ln than $100,000 for each such failure. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. of Contractor's Authorized Official ame of Authorized Official and Title Date GCA-3 Packet Pg. 1947 16.G.1.e EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification Collier County Solicitation No. I, , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. GCA-4 Packet Pg. 1948 16.G.1.e EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status ;will be verified. Unverifable statuses will require the PRIME to either prd vde a re•.is-_d statement Dr provide source documentation that validates a status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE D NUMBER CONTRACT DOLLAR AMOUNT I5THE PRI61EAFLORIDA-+CERTIFIEDDISADVANTAGED, VETERAN V N IISTHE ACrIVITYOFTHIS fiANTR.ACT.- MINORFTYORWOMEN BUSINESSENTERPRISE? DBE? Y N CONSTRUCTION? Y N (DBFlMBFIVIBE) OR HAVE A SMALL DISADVANTAGED BUSINESS&ACERTIFICATIONFROM THE SMALL BUSINESS MBE,) V N CONSULTATION? Y N ADMINISTRATION? A SERVICE DISABLED VETERAN? WISE? Y N OTHER? w SDB 8A? Y N IS THIS SUBMISSION A REVISION 71 Y N -F YES. REAr SIGN NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE MJWBE SUBCONTR,iCTOR OR SUPPLIER TYPEOFWORKOR ETHNICITYCODE SUB/SUPPLIER VETERAN NAME SPECIALTv ;See Be ourl DOLLAR ALMOUST C•�_ LLr, ,= C. SECTION TO BE COMPLETED BY PRIME VENDORKONTRACTOR NAME OF Sli BrdlITTER =: S.T= TrTLE OF SU BMrTTER EMAIL ADDRESS OF PRIME ISUBMITTER) TELEPHONE NUMBER FAX NUMBER NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contracts_ The anticipated DBE or MBE amount is vol unary and will not become part of the contractual terms. This farm must be submitted at time of resprrlse to a sol icitation_ rf and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNKM CGIDE SlackAmerican BA Hispanic American HA NatnreAmerican NA Subcont. Asian American SA.A Asian-PadficAmencan APA Nan -Minority Women Nr.% Other: not of any other group listed O U. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENTNAME OOLLI ER CONTRACT V IFBfRFPorPO{RE , GRANT PRO€, RAM/CONTRACT ACCEPTED BY. DATE GCA-5 to N t31 O ti O N C d E tD d i� I Ln M mr C O O O Cn ti LO Ln ti CD C N E t U R r r Q Packet Pg. 1949 16.G.1.e EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES -- CUNTYGPAWCOh1F'L -f;:-E F._,.-.'.,, PID OP1>t7RTUhaITY LIST FOR COMMODITIES AhaD CCihITRACTUALSERVICE:S AND PRCIFESSIONALIDDNkSIULTANT SERVICES �T is the policy of collie- county that disadvantaged businesses and minority vendors, as defined in the Code of federal Regulation (CPR) or Florida Statutes (fx), must have the opportunity to participate on contracts with federal arxt/or state grant assistance. Prime Contractor/Prime Consultant: r O X Address and Phone Number: i O w Procurement Number/Advertisement Number: V L The list below is intended to be a listing of firms that are, or attempting to, participate on the project numbered above. The list must r C include the firm bidding or quoting as prime, as well as subs and suppliers quoting for participation- Prime contractors and consultants must O U provide information for Numbers it 2, 3, and 4; and, should) provide any information they have for Numbers 5r 6, 7, and a. This form must be submitted with the bid package_ C .y 1. Federal Ta:c ID Number: 6. DBE S. Annual Gross Receipts d Q =. Firm Name: Non -DBE less than $1 mini 3. Phone Number: Between 1-5 miian = 4. ,iddress Between $ 5-10!million N7. Bcontractor Sub etween B10-15 million t0 Subcornsultant More than $ 15 mil lion t ; O N 5. Year Firm Established: +' C 1- Federal Tax ID Number: 2- Firm Name: 3. Phone Number: 4, Address 5- "rear Firm Established. i. Federal Tax ID Number: _. Firm Name: 3. Phone Number: 4..Iddres5 5. Year Firm Established: i. Federal Tax ID Number:: 3. Firm Name: 3. Phone Number 4. iddress. 5. Year Firm Established: 6.1 1 DBE S. Annual Gross Receipts 1u-1 Non -DBE Less than 1 mil lion Berrieen $ 1-5 million. Between $ 5-10 million 7. Between $ 10-155 million BSubcontractor Subconuttant More than $ 15 million 6.1 I DBE 8- Annual G ross Receipts Fu-1 Non -DBE Less than $1 mill lion Between $ 1-5 null ion Berr.een $ 5-10 million 7. Between $ 1G-15 milllian BSubconntractor Subconsultant More than $ 15 million 6. DBE a- Annual Gross Receipts Mon -DBE B Less than $1 mil lion Between $.1-5 mill ion Between $ 5-10 mi Ilion 11----rr 7.1 1 Subcontractor Between $ 10-15 million 1u-1 Subconsultant Morethan $ 15 million GCA-6 Packet Pg. 1950 16.G.1.e EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Date Authorized Signature Address Solicitation/Contract # GCA-7 Packet Pg. 1951 16.G.1.e EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. b) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Name Title Firm Signature GCA-8 Packet Pg. 1952 PROFESSIONAL SERVICES AGREEMENT Contract # 20-7692 for Design Services for Everglades Airpark Runway Rehabilitation THIS AGREEMENT is made and entered into this day of , 20 20 by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and HOLE MONTES, INC. authorized to do business in the State of Florida, whose business address is 950 Encore Way, Naples, FL 33110 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Design Services for Everglades Airpark Runway Rehabilitation (hereinafter referred to as the "Project"), said services in accordance with the provisions of Section 287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Page 1 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Timothy J. Parker, P.E., C.M. a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Page 2 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 ■ Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the Page 3 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real - Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty- eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: Page 4 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 2.2. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.3. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.4. Providing renderings or models for the COUNTY's use. 2.5. Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.6. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.7. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.8. Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.9. Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.10. Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: Page 5 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition Page 6 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. IAITV �nr000__"y fho nnnfr�n�nr G he nmoun _I,atar. Time and MatGFaa'S-V1� 1 1 GL,IVVJ �" r'^7 II IV VVI ILI GVLV-GIIIVLAII fim 1 _mm�lnLlonc. nn +;Nhnnr�frnnfnrcy,- __Ca^rf �o L./nrL��.r, i,me Li11 Ir./IVrL.r L.rV G11 VVVIILIGVLVI Vr V Y.V11 1 of hnl l nferinlcnnrl onl linmonf I la,o _ Igo nrnien L+of of m to VI IIVN 1 llu IM11"IJ u11G VL.'VIt.J111VI1L uJV IV t,/1 V� V JL VI J rLll to f 1 : 'chic,eafnrlL+l�nyLr € G![[]]no�tnll� �+_ �rnjon_thinh i7/�+f 1./1LAV Lf- IIIJ I t od I Arne LAII 1 IV VV ILI L �nooi �[—ofL�� fn fhc sliz '+f fha.__Nroj .r. V VJI VylR7TG LV 111V IZ4 V� LIIy I - Y�11 V/L G VVL ronl�i ���my���r_�. c�_L♦[/�11. mnnf li ILI nhnr�nn _-_I/,1},.c_ enr rn nin nnfirn nc+.��=�nrfrnn,,���y��yy�lllydn I VL:f GLrGfflG--t-ItJ VYV VIId-IIIVVL ILke,y VIIGIIyV I`J 'a- VI 1VI GI J111 rGVLIVV %1 V A-IIILIGVIV II IL/ILAVV - JJII II✓GinVnLiAV VVWLll.m1.ihq nllrrnlrl�nroC1d H1bact- VVnVlmIs i-CS A hLI r^^^M\ rnfn1ri�rIl LNy JVVL�IIVL GnnfLoL+r IVVVILAV�, 111GLVIIGI VI nnl limm� Llninon nnrl nfhor�'pimhllrnnhlo r'Innl ImonfrLfinn fnr fh _ rnionf V L.�M11./IIIVr..4 IIIYVIVtrV, GIIbL VLIIVI TGII IIVLAIVGNIL+ GV VLAIItL.i11LGLIVII IVI LII Iwj\ VL. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ❑N Grant Funded: The hourly rates as set forth and identified in Schedule B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. Page 7 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 G ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless the 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 CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph 8.1. Page 8 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 A2 8.2. To the extent that the Agreement that the work pertains to a "Professional Services Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. Page 9 of 32 PSA_CCNA Single Project Agreement 2017,010 Ver.3 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. Page 10 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material Page 11 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. Page 12 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Operations Support - Airport Authority Division Director: Gene Shue Division Director Address: 2005 Mainsail Drive Naples, FL 34114 Administrative Agent/PM: Justin E. Lobb, Executive Manager Telephone: (239) 642-7878 E-Mail(s): Justin.Lobb cncolliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: Hole Montes, Inc. Address: 950 Encore Way Naples, FL 34110 Attention Name & Title: Timothy J. Parker Telephone: (239) 985-1221 E-Mail(s): TimParker HMeng.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. Page 13 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Et✓t�... 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E CCNA Proiects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G Other: Federal Contract Certifications and Provisions Solicitation # 20-7692 including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal 17.10. Grant Funded Proiects (only applicable to Grant funded proiects): In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. Page 14 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties Page 15 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 , 'r/ arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. Page 16 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST: Crystal K. Kinzel, Clerk of Courts & Comptroller 0 Date: Approved as to Form and Legality; County Attorney Name Consultant's Witnesses: Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA 31 Burt L. Saunders Consultant: Hole Montes, Inc. Chairman By; ?- G1�bUA Name and Title Page 17 of 32 PSA CCNA Single Project Agreement 2017.010 Ver.3 �?c SCHEDULE A SCOPE OF SERVICES 0 following this page (pages 1 through 7 ) Page 18 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Contract #20-7692 "Design Services for Everglades Airpark Runway Rehabilitation Project" Schedule A SCOPE OF SERVICES This covers services through the design and bid phases and includes permitting with Florida Department of Environmental Protection (FDEP) and County Development. Services during construction phase will be covered under a separate work order. BACI{GROUND The Everglades Airpark (X01) is a small general aviation airport that has one (1) active runway and parallel taxiway that allow for the safe passage of aircraft. Runway 15-33 is in poor to critical condition as rated in the most recent Pavement Inspection Report that was completed through the Florida Department of Transportation in 2017. All the pavement sections of the runway at Everglades Airpark require continuous maintenance in order to allow for the operations of aircraft and prevent the pavement from continuing to deteriorate to the point of failure. In addition, the Runway Safety Areas are known to be deficient. To allow for the continued operations of aircraft at the airport, pavement restoration and elevation (to mitigate against tidal flooding) is necessary. Project will also include necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavement removal/additions. The overall project will be primarily funded with Federal (FAA) AIP dollars, State (FDOT) and local (County) dollars. Runway 15/33 has dimensions of 2,400 feet in length by 60 feet wide. The runway has a fifty -foot wide asphalt center with five-foot turf shoulders on each side. The Runway Safety Areas (RSA) for the Runway are currently known to be deficient. Runway 15/33 is currently classified as an Aircraft Approach Category (AAC) A and an Airplane Design Group (ADG) I. Whereas an RSA for such a runway should extend a minimum of 240 feet beyond the end of each runway end, the RSA for Runway 15 is currently 2 feet and the RSA for Runway 33 is currently 14 feet, because the Airpark and the Runway are located very close to Chokoloskee Bay on three of its four sides. Phase I -- Design Phase Services: The Runway 15-33 reconstruction and widening design shall include, but not be limited to all civil and electrical engineering typically required for airfield pavement rehabilitation on active airports in accordance to FAA requirements and in accordance to FAA Advisory Circulars 150/5300-13A, 16, 17 & 18 as well as all supporting services such as surveying (including AGIS) and geotechnical services. The design must incorporate all utilities, site development, and drainage. Services shall consist of all phases of design, including but not limited to: programming, schematic design, design development, construction documents, and all permitting/ services during construction The selected firm shall be responsible for knowledge of and compliance with all relative local, state and federal codes and regulations. In addition, ability to provide affidavits of no conflict of interest or to provide services separate from private sector clients shall be required. The consultant should be prepared to assist with grant preparation and may or may not be requested to perform administration for FAA and FDOT grant programs. The Design Phase services will be negotiated first and if post bid award and post design services are required, they will be negotiated prior to construction beginning. PROJECT DESCRIPTION The intent of the project is to rehabilitate Runway 15-33 along with other associated improvements at the Everglades Airpark. The associated improvements will include the following: Revised 5/19120 1 • Replacement of runway edge lights. • Modifications to the airfield electrical vault, as required. • Install supplemental wind cone and segmented circle A documented categorical exclusion report will be prepared and submitted along with revised ALP to the Authority and FAA. Objective The objective shall be timely delivery and successful completion by the CONSULTANT of all project management, design and design related services necessary to initiate construction of all elements for improvements associated with the Everglades Airpark (X01) Runway 15-33 Rehabilitation project (PROJECT). The overriding objective of the CONSULTANT is to keep this project on schedule, under budget and fully coordinated with all parties. TASK 1 — Project Development During this task the CONSULTANT will administer and manage all aspects of the project development process. This task will include the following items: 1.1 General Consulting/Project Management — General project consulting for the pre -design effort. 1.2 Subconsultant Administration — Sub -consultant negotiations, scope development and contract administration. 1.3 Client Meetings — Project development meeting to determine general project alternatives to be analyzed during Task 3. 1.4 Grant Application Assistance (Design) — Assisting the CLIENT with development the Grant Application for FAA Airport Improvement Program funds for the design portion of the PROJECT. 1.5 Prepare environmental checklist for the runway rehabilitation grant application. 1.6 FAA/FDOT/Client Pre -Design Charette TASK 2 — Data Collection During this task the CONSULTANT will administer and manage all aspects of the data collection process. This task will include the following items: 2.1 Site Investigation — One site visit to review the project site include the civil and airfield electrical elements. 2.2 Geotechnical Program — After analysis of the, geotechnical exploration, including borings, on -site LBR and laboratory testing will be performed to further analyze the existing pavement structures and adjacent site conditions. 2.3 Pavement Inspection — One site visit to inspect the existing pavement surface. 2.4 Site Topographical Survey — Topographical and cross -sectional survey to locate the existing pavement, airfield lighting, underground utilities, and drainage system. The survey will also result in existing 0.5 foot contours. 2.5 Project Management — General project management associated with Tasks 2.1 thru 2.4. 2.6 Quality Control — Quality control associated with Tasks 2.1 thru 2.4. 2.7 Client Meeting — One client meeting to review the results of the data collection. TASK 3 — Planninci/Environmental During this task the CONSULTANT will administer and manage all aspects of the planning and environmental process. This task will include the following items: 3.1 Development of alternatives. 3.2 Categorical Exclusion documentation. Revised 5/19/20 3.3 Review of Existing Permits — Review will include the existing permits issued by South Florida Water Management District (SFWMD), US Army Corps of Engineers (USACOE), and Collier County, including mitigation program. 3.4 Project Management — General project management associated with Tasks 3.1 thru 3.4. 3.5 Quality Control — Quality control associated with Tasks 3.1 thru 3.4 TASK 4 — Alternative Development During this task the CONSULTANT will administer and manage all aspects of the alternative development process. This task will include the following items: 4.1 Concept Layouts & Cost Estimates — The alternative chosen in Task 1.6 will be further developed into concept layouts for CLIENT approval. Cost estimates will be developed for these concepts. 4.2 Cost/Benefit Analysis — A cost/benefit analysis will be performed for the concept layouts in Task 4.1. 4.3 Project Justification/Alternative Analysis Report 4.4 Construction Phasing and Safety Plans Outline/Draft — Phasing and Safety Plans will be generally outlined for CLIENT approval/input. 4.5 Technical Workshop/Preferred Concept Approval — A client meeting will be conducted to discuss the results of Task 4.1 thru 4.3. The preferred concept will be chosen for complete design development. 4.6 Project Management — General project management associated with Tasks 4.1 thru 4.5. 4.7 Quality Control — Quality control associated with Tasks 4.1 thru 4.5. TASK 5 — Design (30%) During this task the CONSULTANT will administer and manage all aspects of the 30% design development process. This task will include the following items: 5.1 Cover/Notes/Contract Layout Plan — The development of general plan sheets to include, but not limited to, the Cover Sheet, General Notes and the Contract Layout Plan. 5.2 Construction Phasing and Safety Plans — The development of the phasing and safety plans in accordance with FAA Advisory Circular (AC) 150/5370-2, Operational Safety on Airports During Construction, current edition. The phasing plans will take into account airport operational needs, impact to the airport users and constructability. 5.3 Demolition Plan — Using the data collected in Task 2, demolition of existing site elements will be identified. 5.4 Geometric Design — FAA Advisory Circular (AC) 150/5300-13, Airport Design, current edition, will be utilized in establishing proposed horizontal and vertical geometric layouts. 5.5 Pavement Design/Typical Sections — FAA AC 150-5320-6, Airport Pavement Design and Evaluation, current edition, will be utilized in designing the proposed pavement rehabilitation and identifying the typical sections. 5.6 Grading and Drainage Design — FAA AC 150/5320-5, Surface Drainage Design, current edition, and SFWMD regulations will be utilized in analyzing the existing drainage patterns and designing proposed drainage elements. Grading will be designed in accordance with AC 150/5300-13, Airport Design, current edition. 5.7 Utility Design — Existing utilities identified in the data collection process of Task 2 will be analyzed and impacts to those utilities will be coordinated with the proposed design elements. The proposed power source for the electrical vault in Task 5.9 will be identified. 5.8 Airfield Lighting and Signage — FAA AC 150/5340-18, Standards for Airport Sign Systems, current edition, and FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to develop improvements/upgrades to the existing airfield lighting and signage system. 5.9 Electrical Vault — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to develop upgrades to the existing airfield electrical vault. Revised 5/19/20 5.10 Visual Aids Design — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to develop improvements/upgrades to the existing airfield visual aids. 5.11 Marking Plans — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will be utilized to develop marking layout for the proposed development. 5.12 Lighting Details — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to develop construction details for the airfield lighting, signage and visual aid improvements. 5.13 Marking Details — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will be utilized to develop marking details for the proposed marking layout. 5.14 Technical Specification Outline — FAA AC 150-5370-10, Standards for Specifying Construction of Airports, current edition, will be utilized to outline the required technical specifications. 5.15 Permitting Pre -application Meeting — In accordance with the SFWMD requirements, a pre - application meeting will be conducted to discuss the drainage impacts and design approach. A meeting will also be conducted with Collier County Development to discuss the need for local approvals. 5.16 Cost Estimates — The 30% Design Development drawings will be utilized to develop conceptual cost estimates for budgeting purposes. 5.17 Plan Review Meeting — A Plan Review Meeting will be conducted with the CONSULTANT and CLIENT to discuss the 30% Design Development drawings. 5.18 Project Management — General project management associated with Tasks 5.1 thru 5.17. 5.19 Quality Control/Coordination Review — Quality Control/Coordination Review associated with Tasks 5.1 thru 5.17. TASK 6— Design (60%) During this task the CONSULTANT will administer and manage all aspects of the 60% design development process and respond to all 30% comments received. This task will include the following items: 6.1 Cover/Summary of Quantities/Notes/Contract Layout Plan —The continued development of general plan sheets to include, but not limited to, the Cover Sheet, Summary of Quantities, General Notes and the Contract Layout Plan. 6.2 Construction Phasing and Safety Plans — The continued development of the phasing and safety plans in accordance with FAA AC 150/5370-2, Operational Safety on Airports During Construction, current edition. The phasing plans will take into account airport operational needs, impact to the airport users and constructability. 6.3 Demolition Plan — Using the data collected in Task 2, demolition of existing site elements will continue to be identified. 6.4 Geometric Design — FAA AC 150/5300-13, Airport Design, current edition, will continue to be utilized in establishing proposed horizontal and vertical geometric layouts. 6.5 Pavement Design/Typical Sections — FAA AC 150-5320-6, Airport Pavement Design and Evaluation, current edition, will continue to be utilized in designing the proposed pavement rehabilitation and identifying the typical sections. 6.6 Grading and Drainage Design — FAA AC 150/5320-5, Surface Drainage Design, current edition, and SFWMD regulations will continue to be utilized in analyzing the existing drainage patterns and designing proposed grading and drainage elements. 6.7 Utility Design — Existing utilities identified in the data collection process of Task 2 will continue to be analyzed and impacts to those utilities will be coordinated with the proposed design elements. 6.8 Airfield Lighting and Signage — FAA AC 150/5340-18, Standards for Airport Sign Systems, current edition, and FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will continue to be utilized to develop improvements/upgrades to the existing airfield lighting and signage system. 6.9 Electrical Vault — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will continue to be utilized to develop upgrades to the existing airfield electrical vault. Revised 5/19/20 6.10 Visual Aids Design — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will continue to be utilized to develop improvements/upgrades to the existing airfield visual aids. 6.11 Marking Plans — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will continue to be utilized to develop marking layout for the proposed development. 6.12 Drainage Details — Florida Department of Transportation (FDOT) Design Standards, current edition, will continue to be utilized to develop construction details for the drainage improvements. 6.13 Lighting Details — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will continue to be utilized to develop construction details for the airfield lighting, signage and visual aid improvements. 6.14 Marking Details — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will continue to be utilized to develop marking details for the proposed marking layout. 6.15 Miscellaneous Details — Additional details not described in Tasks 6.12 thru 6.14 will be incorporated into the Design Development drawings. 6.16 Cross Sections — The geometric and drainage design in Tasks 6.4 and 6.6 will continue to be modeled and cross sections developed. 6.17 Project Specifications— FAA AC 150-5370-10, Standards for Specifying Construction of Airports, current edition, will be utilized to develop the required technical specifications. Federal requirements for construction projects will also be incorporated. 6.18 Drainage Modeling and Permit Submittal — In accordance with the SFWMD requirements, drainage modeling will be conducted to analyze the drainage design. A Collier County Site Development Submittal will also be made to address drainage improvements. 6.19 Cost Estimates — The 60% Design Development drawings will be utilized to develop cost estimates for budgeting purposes. 6.20 Engineer's Report — In accordance with FAA requirements, an Engineer's Report will be developed describing the project design, phasing, and estimated cost. Requests for all Modifications to Standards will be included in the Engineer's Report. 6.21 Plan Review Meeting — A Plan Review Meeting will be conducted with the CONSULTANT and CLIENT to discuss the 60% Design Development drawings. 6.22 Project Management — General project management associated with Tasks 6.1 thru 6.21. 6.23 Quality Control/Coordination Review — Quality Control/Coordination Review associated with Tasks 6.1 thru 6.21. TASK 7 — Design (100%) During this task the CONSULTANT will administer and manage all aspects of the 100% design development process and respond to all 60% comments received. This task will include the following items: 7.1 Cover/Summary of Quantities/Notes/Contract Layout Plan —The final development of general plan sheets to include, but not limited to, the Cover Sheet, Summary of Quantities, General Notes and the Contract Layout Plan. 7.2 Construction Phasing and Safety Plans — The final development of the phasing and safety plans in accordance with FAA AC 150/5370-2, Operational Safety on Airports During Construction, current edition. The phasing plans will take into account airport operational needs, impact to the airport users and constructability. 7.3 Demolition Plan — Using the data collected in Task 2, demolition of existing site elements will be finalized. 7.4 Geometric Design — FAA AC 150/5300-13, Airport Design, current edition, will be utilized in finalizing the proposed horizontal and vertical geometric layouts. 7.5 Pavement Design/Typical Sections — FAA AC 150-5320-6, Airport Pavement Design and Evaluation, current edition, will be utilized in finalizing the pavement rehabilitation and typical sections. 7.6 Grading and Drainage Design — FAA AC 150/5320-5, Surface Drainage Design, current edition, and Florida Department of Environmental Protection (FDEP) regulations will be utilized in analyzing the existing drainage patterns and finalizing the drainage elements. Revised 5/19/20 7.7 Utility Design — Existing utilities identified in the data collection process of Task 2 will be analyzed and impacts to those utilities will be coordinated with the proposed design elements. 7.8 Airfield Lighting and Signage — FAA AC 150/5340-18, Standards for Airport Sign Systems, current edition, and FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to finalize improvements/upgrades to the existing airfield lighting and signage system. 7.9 Electrical Vault and Generator Plan — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to develop upgrades to the existing airfield electrical vault. A new generator will also be included in the design development. 7.10 Visual Aids Design — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to finalize improvements/upgrades to the existing airfield visual aids. 7.11 Marking Plans — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will be utilized to finalize the marking layout for the proposed development. 7.12 Drainage Details — Florida Department of Transportation (FDOT) Design Standards, current edition, will be utilized to finalize construction details for the drainage improvements. 7.13 Lighting Details — FAA AC 150/5340-30, Design and Installation Details for Airport Visual Aids, current edition, will be utilized to finalize construction details for the airfield lighting, signage and visual aid improvements. 7.14 Marking Details — FAA AC 150/5340-1, Standards for Airport Markings, current edition, will be utilized to finalize the marking details for the proposed marking layout. 7.15 Miscellaneous Details — Additional details not described in Tasks 7.12 thru 7.14 will be incorporated into the Design Development drawings. 7.16 Cross Sections — The geometric and drainage design in Tasks 7.4 and 7.6 will be modeled and cross sections finalized. 7.17 Project Specifications — FAA AC 150-5370-10, Standards for Specifying Construction of Airports, current edition, will be utilized to finalize the required technical specifications. Federal requirements for construction projects will also be incorporated. 7.18 Drainage Permit Requirements Incorporated — Issued permits will be reviewed and Permit General Conditions included in Design Development drawings. 7.19 Cost Estimates — The 100% Design Development drawings will be utilized to develop final cost estimates. 7.20 Engineer's Report — In accordance with FAA requirements, an Engineer's Report will be finalized describing the project design, phasing, and estimated cost. 7.21 Plan Review Meeting — A Plan Review Meeting will be conducted with the CONSULTANT and CLIENT to discuss the 100% Design Development drawings. 7.22 Project Management — General project management associated with Tasks 7.1 thru 7.21. 7.23 Quality Control/Coordination Review — Quality Control/Coordination Review associated with Tasks 7.1 thru 7.21. TASK 8 — Bid Phase During this task the CONSULTANT will administer and manage all aspects of the bid process. This task will include the following items: 8.1 Respond to 100% Comments/Bid Documents — Respond to and incorporate the 100% comments received. Develop Bid Documents to be sold to potential bidders by the CLIENT. 8.2 Advertise & Pre -Bid Assistance — Develop public notice to bidders and bid documents. 8.3 Pre -Bid Conference — Conduct pre -bid conference to discuss the project elements with potential bidders. 8.4 Addendum Preparation and Response to RFIs — Respond to bidder requests for information (RFI) and prepare project addenda. 8.5 Recommendation for Award/Bid Tabulation — Tabulate the bid results and recommend project award. 8.6 Client Meeting — One meeting to discuss the bid results and award recommendation. Revised 5/19/20 DELIVERABLES • 30% development documents, including the plans. • 60% development documents, including the technical specifications, plans and engineer's report. • 100% development documents, including the technical specifications, plans and engineer's report. • Ten (5) signed and sealed bid sets (22"x34") and one (1) CD of the bid documents including technical specifications, plans and engineer's report. • The County will have Internet access to document management system to obtain and print documents including all submittals. ASSUMPTION • County Purchasing to prepare up -front construction documents for bidding and contract award. • County to pay for all permit application fees. EXCLUSIONS • Design of REILs or PAPIs is excluded. • Taxiway lighting design is excluded. • Extensive vault redesign is excluded. • Additional tasks required regarding the Bonneted bat that may arise from initial field assessment and agency consultation. • Data Collection and preparation of mangrove trimming or cutting permit that may prove necessary following survey and height measurements. • Response to more than one request for additional information (RAI) regarding permit applications to USACE and SFWMD. While the likelihood of more than one RAI is reduced by good advance agency coordination, it is up to the discretion of the agency review managers so sometimes cannot be avoided. Revised 5/19/20 SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/item Description Lump Sum Time and Materials Not -To - Exceed 1 Project Development -Runway $13,750 $ 2 Data Collection -Runway $ 37,500 $ 3 Planning/Environmental-Runway $52,000 $ 4 Alternative Development -Runway $11,800 $ 5 Design (30%)-Runway $40,750 $ 6 Design 60% -Runwa $65 450 $ 7 Design 100% -Runway$ 39,500 $ 8 Bid Phase -Runway $11 800 $ 9 Construction Grant Development $ 2,500 $ Total Lump Sum Fee $275 050 $ Total Time and Materials Fee $ $ 0 GRAND TOTAL FEE $275,050 $ $ Page 19 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 B.2.2. ❑* With eaeh menthly AppliGatieR f9F Payment, GONSULTANT ehall submit detailed time Fe-_GFd4s, B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. W Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. Page 20 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. Page 21 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 22 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 SCHEDULE B — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Senior Principal Engineer $210 Principal Engineer VIII $195 Engineer VI $185 Engineer VI $160 Engineer III $130 Engineer II $105 Project Manager $170 Admin 1 $70 Admin II $75 Principal Scientist $220 Sr. Scientist/Permit Manager $155 Senior Designer $120 2 Person Survey Crew $135 Senior Surveyor $170 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. For Grant Funded -Projects — the above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 23 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 SCHEDULE C PROJECT MILESTONE SCHEDULE Task/Item Description CumulativeNumber of Calendar Days For Completion from Date of Notice to Proceed for Services under this Areement 1 Project Development 60 2 Data Collection 90 3 Planning/Environmental 180 4 Alternate Development 120 5 Design (30%) 90 6 Design (60%) 180 7 Design (100%) 240 8 Bid Phase 280 9 Construction Grant Development 300 Page 24 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self -insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. Page 25 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. 10. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Required by this Agreement? n Yes ❑ No Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $1,000,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes FN� No 12, Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Required by this Agreement? ❑ Yes 0 No 13. COMMERCIAL GENERAL LIABILITY. Required by this Agreement? F&I Yes ❑ No A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Page 26 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. 14. Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The 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 Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes FOK No 16. Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Required by this Agreement? ❑ Yes 0 No 17. AUTOMOBILE LIABILITY INSURANCE. Required by this Agreement? FK Yes ❑ No Business Auto Liability: Coverage shall have minimum limits of $1,000,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. Page 27 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 18. TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Required by this Agreement? ❑ Yes O No Technology Errors and Omissions Insurance: Coverage shall have minimum limits of $ Per Occurrence. 19. CYBER INSURANCE. Required by this Agreement? ❑ Yes 0 No Cyber Insurance: Coverage shall have minimum limits of $ Per Occurrence. 20, UMBRELLA LIABILITY. A. Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. B. The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. 21. PROFESSIONAL LIABILITY INSURANCE. Required by this Agreement? ❑■ Yes ❑ No A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $ 2,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event Page 28 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self -insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D Page 29 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Hale Montes Inc. (company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " Design Services for Everglades Airpark Runway Rehabilitation "project is accurate, complete and current as of the time of contracting. BY: TITLE: DATE: t7* Page 30 of 32 PSA_CCNA Single Project Agreement 20t7.010 Ver.3 SCHEDULEF KEY PERSONNEL Name Personnel Category Percentage of Time Tim Parker, P.E. Senior Project Mana er 50% Rick Brylanski, P.E Principal -in -Charge 5% Austin Brown, E.I. Project Engineer 75% Mike Harris Project Manager 15% Kevin Lightfoot, P.E. Senior Airfield Engineer 20% Kevin Payne Designer 10% Daniel Ruel, P.E. Geotechnical Engineer 5% Elisabeth Gaines, P.E. Surveyor 5% Sandy Walters Principle Scientist 5% Audrey Sui Sr. Scientist/Permit Manager 30% Page 31 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Other: SCHEDULE G Federal Contract Certifications and Provisions (Description) [MW following this page (pages 1 through 22 ) ❑ this schedule is not applicable Page 32 of 32 PSA_CCNA Single Project Agreement 2017.010 Ver.3 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 CONTRACTOR COMPLIANCE REQUIREMENT OVERVIEW: DESIGN SERVICES Contracts =/< $225,000 The services performed by the awarded Contractor shall be in compliance with all applicable FAA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. CONTRACT AND SOLICITATION CLAUSES (1-19) 1. ACCESS TO RECORDS AND REPORTS 2 CFR § 200.333; 2 CFR § 200.336; FAA Order 5100.38 (Contract Clause A1.3 also applies to subcontracts.) CONTRACT CLAUSE A1.3 (Access to Records and Reports): The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required tinder this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. BREACH OF CONTRACT TERMS 2 CFR § 200 Appendix II(A) (Applies to contracts=1>$150,000.) CONTRACT CLAUSE A3.3 (Breach of Contract Terms): Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The County will provide the Contractor or Consultant written notice that describes the nature of the breach and corrective actions the Contractor or Consultant must undertake in order to avoid termination of the contract. County reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the County elects to terminate the contract. The County's notice will identify a specific date by which the Contractor or Consultant must correct the breach. County may proceed with termination of the contract if the Contractor or Consultant fails to correct the breach by deadline indicated in the County's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. I AA Guidellnes for Contract Provisions for Obligated Sponsors and AIP Projects, • Issued on June 19 2018. Page 1 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 3. CIVIL RIGHTS - GENERAL 49 USC § 47123 CONTRACT CLAUSE A5.3.1(General Civil Rights Provisions): The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. 4. CIVIL RIGHTS - TITLE VI ASSURANCE SOLICITATION CLAUSE A6.3.1 (Title VI Solicitation Notice): Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. CONTRACT CLAUSES A6.4.1 (Title VI Clauses for Compliance with Nondiscrimination Requirements): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: i) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. ii) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. iii) Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. iv) Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. v) Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it FAA Guidelines for Contract Provisiom for Obligated Sponsors and AIP Projects; Issued on June 19 2018. Page 2 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. vi) Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. CONTRACT CLAUSES A6.4.5 (Title VI List of Pertinent Nondiscrimination Acts and Authorities): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles I1 and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by FAA Guidelines for Conn aci Provisions far Obligated Sponsors and AIP Projects; Issued on June 19 2018. Page 3 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement :Program Projects (AIP) Grants CFDA 20.106 discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 5. CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR § 200, Appendix II(G) (Applies to all contracts and subcontracts that exceed $150,000.) CONTRACT CLAUSE A7.3 (Clean Air and Water Pollution Control): Contractor* agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the County immediately upon discovery. The County assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. *Contractor must include this requirement in all subcontracts that exceed $150, 000, 6. DEBARMENT AND SUSPENSION (SUBCONTRACTS) 2 CFR part 180 (Subpart C); 2 CFR part 1200; DOT Order 4200.5 (Applies to contracts and subcontracts of $25,000 or more.) SOLICITATION CLAUSE A11.3; A11.3.1 (Certification of Offerer/Bidder Regarding Debarment): By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. LOWER TIER CONTRACT CERTIFICATION A11.3.2 (Certification of Lower Tier Contractors Regarding Debarment): The Contractor, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction' under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: i. Checking the System for Award Management at website: http://www.sam.gov, ii. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. iii. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. FAA Citddelbtes for Contract Provislons for Obligated Sponsors and AIP Projects• Issued on June 19, 2018. Page 4 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 7. DISADVANTAGED BUSIivESS ENTERPRISE 49 CFR part 26; 49 CFR § 26.53 REQUIRED PROVISIONS Al2.3; SOLICITATION LANGUAGE Al2.3.1 (Solicitations that include a Project Goal): Information Submitted as a Matter of Bidder Responsiveness The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: a. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; b. A description of the work that each DBE firm will perform; c. The dollar amount of the participation of each DBE firm listed under (a.) d. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (a) to meet the Owner's project goal; and e. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. In orrnation Submitted as a Matter of Bidder Responsibility The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. f. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; g. A description of the work that each DBE firm will perform; h. The dollar amount of the participation of each DBE firm listed under (f.) i. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (f.) to meet the Owner's project goal; and j. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. SOLICITATION LANGUAGE Al2.3.2 (Race/Gender Neutral Means): The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Collier County Airport Authority, as owner of the Collier County General Aviation Airports, to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Collier County encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a DBE. A DBE contract goal of 4.2 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder will be required to submit the following information with their proposal on the forms provided herein: (k) The names and addresses of DBE firms that will participate in the contract; (1) A description of the work that each DBE firm will perform; FAA Guidelines for Conb•aci Provisions for Obligated Sponsors andAIP Projects• Issued on June 19 2018. Page 5 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 (m) The dollar amount of the participation of each DBE firm participating; (n) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (o) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); (p) If the contract goal is not met, evidence of good faith efforts. DBE PRIMP CONTRACTS Al2.3.3 (Projects Covered by a DBE Proararn) Contract Assurance (§ 26.13) The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate, which may include, but is not limited to: q) Withholding monthly progress payments; r) Assessing sanctions; s) Liquidated damages; and/or t) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment Mechanisms (§26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contract receives from the Authority. The prime contractor agrees further to return retainage payments to each subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Authority. This clause applies to both DBE and non -DBE subcontracts. Florida Department of Transportation DBE Certification Requirements for FAA Grant Funded Protects Directory (§26.31) The Authority uses the Florida Unified Certification Program (FL UCP) DBE Directory, maintained by the Florida Department of Transportation (FDOT). The Directory lists the firm's name, address, phone number, date of the most recent certification, and the type of work the firm has been certified to perform as a DBE. In addition, the Directory lists each type of work for which a firm is eligible to be certified by using the most specific NAICS code available to describe each type of work. The Florida Department of Transportation updates the Directory at least annually, and periodically, as necessary. The Directory is available for review by contacting: Justin Lobb, Airport Manager, Collier County Airport Authority, 2005 Mainsail Drive, Suite; 1, Naples, FL 34114, 239-642-7878. The Directory may be found at htti)://www.dot.state.fl.us/equalogportunityoffice! Certification Process (§ 26.61-26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program. The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. FAA Guidelines for Contraot Provisiotls for Obligated Sponsors and AIP Projects; Issued on Jane 19, 2018. Pagee66 —" Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 For further information about the certification process or to apply for certification, firms should contact: Florida Department of Transportation (FDOT) Equal Opportunity Office 605 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850)414-4747 Equal Opportunity Office http://www,dot.state. tl.us/egtialopportunityoffice/ County Administrative Reconsideration (§26.53(d)) Within ten (10) days of being informed by the Authority that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Gene Shue, Operations Support Director, Collier County Airport Authority, 2885 S. Horseshoe Drive, Naples, 1FL 34104, 239-252-5169. The reconsideration official will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Authority's administrative reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the US Department of Transportation. 8. DISTRACTED DRIVING Executive Order 13513, DOT Order 3902.10 (Applies to subcontracts exceeding $3,500.) CONTRACT CLAUSE A13.3 (Texting When Driving): In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (t0/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the County encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. FAA Ottidelirres for Conh•act Provisions for Obligated Sponsors and AIP Projects; Issued ors June 19, 2018. Page 7 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 9. ENERGY CONSERVATION REQUIREMENTS 2 CFR § 200, Appendix II(H) (Applies to subcontracts.) CONTRACT CLAUSE A14.3 (Energy Conservation Requirements): Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 620let seq). 10. ENVIRONMENTAL ASSESSMENT REQUIREMENT 40 CFR Part 312; Subpart B, Section 312.10 (1-5) 40 CFR 1501.3(b) ASTM E 1528 General Requirements National Environmental Policy Act (NEPA) Regulations, including Part 150 and Part 161 NEPA Implementing Instructions for Airport Actions Order 5050.411 Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 THE ESA PROCESSES: The Contractor will comply with the FAA's Environmental Program Airports — Southern Region, the National Environmental Policy Act (NEPA) and other Federal environmental laws and regulations outlined in Chapter 7 Order 5050.413, April 2006 of The Environmental Assessment determining standard practices for limited environmental due diligence. 11. EQUAL EMPLOYMENT OPPORTUNITY (EEO) 2 CFR § 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 (Applies to contracts and subcontracts=/>$10,000.) MANDATORY CONTRACT CLAUSE A16.3; A16.3.1 (EEO Contract Clause): During the performance of this contract, the contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. FAA Guidelines jor Cotah act Provisions for Obligated Sponsors and AIP Projects, • Issued on Jtnte 19 2018. Page 8 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States, 12. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 29 U.S.C. § 201, et seq SOLICITATION CLAUSE A17.3: All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for frill and part time workers. The Contractor or Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor or Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division 13. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment; 2 CFR part 200; Appendix II(J); 49 CFR part 20; Appendix A (Applies to contracts and subcontracts=/>$100, 000.) CONTRACT CLAUSE A18.3 (Certification Regarding Lobbying): The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the FAA OuideBnesfor Contract Provisions for Obligated Sponsors and AIP Projects; Issued on Jane 19 2018. Page 9 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 14. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 20 CFR part 1910 (Applies to contracts and subcontracts.) CONTRACT CLAUSE A20.3: All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer, hereinafter known as "the Contractor," must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910), Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration, 15. SEISMIC SAFETY 49 CFR part 41 CONTRACT CLAUSE A23.3 (Professional Service Agreements for Design - Seismic Safety): In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard which provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code aver the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the County a "certification of compliance" that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 10 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 16. TAX DELINQUENCY AND FELONY CONVICTIONS Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 CONTRACT CLAUSE A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions): The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a clieckmark (✓) in the space following the applicable response._(A separate form is provided for the certification.) The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is ( ;) is not (k ) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. b) The applicant represents that it is ( ',) is not (X ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 17. TERMINATION OF CONTRACT (Applies to contracts=/>$10,000.) 2 CFR § 200 Appendix II(B); FAA Advisory Circular 150/5370-10; Section 80-09 CONTRACT CLAUSE A25.3; A25.3.1 (Termination for Convenience Professional Services): The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and Pin Guidelines oi- Cwuraci Provisions for Obligates! Sponsors and A1P Projects; Issued on June 19 2018, Page 11 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. CONTRACT CLAUSE A25.3; A25.3.2 (Termination for Default Professional Services): Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [71 days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the failure of the Consultant to: i) Perform the services within the time specified in this contractor by County approved extension; ii) Make adequate progress so as to endanger satisfactory performance of the Project; iii) Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the County: i. Defaults on its obligations under this Agreement; ii. Fails to make payment to the Consultant in accordance with the terms of this Agreement; iii. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the County's breach of the contract. In the event of termination due to County breach, the Engineer is entitled to invoice County and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. County agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause.19. FAA Guidelines for Contract Provisions for Obligaied Sponsors mid AIP Projects; Issued on Jane 19 2018. Page 12 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 18. TRADE RESTRICTION CERTIFICATION 49 USC § 50104; 49 CFR part 30 SOLICITATION CLAUSE A26.3 (Trade Restriction Certification): By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S, firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the County if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor; (d) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (e) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (f) who incorporates in the public works project any product of it foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S, firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the County cancellation of the contract or subcontract for default at no cost to the County or the FAA. FAA Guidelines for Cartraci Provisions for Obligated Sponsors and AIP Projecls; Issued on June 19 2018. Page 13 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 19. VETERAN'S PREFERENCE 49 USC § 47112(c) CONTRACT CLAUSE A27.3 (Veteran's Preference): In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. FAA Guidelines jor Contract Provistons jor Obligated Sponsors and AIP Projects• Issued on June 19 2018. Page 14 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES FAA GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIIVE. Page Certification and Form GCA.•2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA••3 Certification Regarding Lobbying GCA- 4 Collier County Conflict of Interest Certification GCA•-5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA•6 Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services GCA-7 Acknowledgement of Grant Terms and Conditions GCA-8 Certification Regarding Tax Delinquency and Felony Convictions EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Richard E. Brylanski P.E. Name Vice President Title Hole Montes, Inc. Firm Design Services for Everglades Airpark Runway Rehabilitation Project Name RPS 20-7692 Project Number 59-1518838 Tax ID Number 124843178 DUNS Number 6200 Whiskey Creek Dr., Fort Myers, FL 33919 Street dress; C' , State, Zip ,,:: Signature G ( " \ il EXHIBIT I.B GRAM' CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Lobbying (Federal and State) The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Hole Montes, Inc. , certifies or affirms the truthfiilness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this cell ion na d dis osure, if any. _Signature of Contractor's Authorized Official Richard E. Brylanski, P.E. - Vice Pres. Name of Authorized Official and Title 01/21/2020 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 20-7692 Collier County Solicitation No. 1, Richard E. Brylanski _ , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which 1 am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom 1 have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Richard E. Brylanski Name Vice President Position Date 01/21/2020 Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOUT-2 executive branch -wide Privacy Act system of records. EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT will be verified. Unverifiable statuses will require the PRiMe to either provvde a revised statement or provide source documentation that validates a PRIME NAME PRIME FEID NUMBER CONTRACT OCILLAR AMOUNT Hole Montes, Inc. 59-1518838 TBD IS THE PRIME A FLORIDA{QRTIFEDDISADVA)tTAGED, VETTpA.i y NX 15 THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS EIITE A PRISE? DBE? Y NX CONSTRUCTION? Y N X (DBEAMEMBEj OR HAW A SMALLDISADVANTAGED BUSINESS EA CERTIFICATION FROM THE SMALL BUSINESS MBE? V NX CONSULTATION? y N %� ADMINISTRATION? A SERVICE DISABLED VETERAN? WOE? y NX OTHER? Y X id FOB CA? y N X L` THIS SUBMISSION A REVISION?I y NX IF YES, REVISION NUMBER DBE M/WBE SUBCONTRACTOR OR SUPPLIER Type OF vvORK OR I ETHNICITY CODE I SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY I tSee Below) I DOLLAR AMOUNT DOLLARS MBE Tierra Geotechnicai HA TBD TBD DBE Sandra Walters Consultants Environmental NMW I TBD TBD NAME OF 5UBMr"ER DATE THE OF SUBMrrTER Richard E. Brylanski, P.E. 01/21/2020 Vice President EMAIL ADDRESS OF PRIME (SUBMITTER) TELEPHONE NUMBER FAX NUMBER RickBrylanski@HMeng.com 239.985.1200 239.985.1259 NOTE: This information is used to track and report anticipated DBE or MBE participation In federallyfunded contracts. The anticipated DBE Or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance ides. ETTtrytCirY C_ ode - . ,:.. _ elackAdmerican -- BA p American Hispanic HA Native American 14A subcont. Asian American SAA A3i2n-PaCifiCArMriC4n APA Non-Mincielri Women NMW Other not of any, other group listedi O GRANT PR G(*/1- "y d EXHIBIT I,B GRANT CERTIFICATIONS AND ASSURANCES C4iL1EP. CgUNT'r' GP,4z1T U:i:.;Pt1r5t•!CE FORa PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES it is the policy o Collier county that diro y�ed businesses and minority yeadm, as defined in the Code of rederol Regulations (CFR) or Florida statutes (Fs), must have the opportunity to participate on contracts with federal and/orstute grant assistance. •Prime Hole Montes, Inc. contractor/Prime consultant: Address and Phase Number: 6200 Whiskey Creek Dr., Fort Myers, FL 33919 / 239.985.1200 Procurement Number/Advertisement Number: RPS 20-7692 The list below is intended to be a listing of firms that are, or attempting to, participate on the project numbered above. The list must Indude the firm bidding or quoting as prime, as well as subs and suppliers quoting for participation. Prime conttattors and consultants must provide information for Numbers 1, 2, 3, and 4; and, should provide any information they have for Numbers 5, 6, 7, and B. This form must be submitted with the bid package- 1. federal Tax ID Number. 8 5 59-11883 6. DBE B. Annual Gross Receipts 2. Firm Name: Hole Monies,Inc. RNon-DBE Less than 51 million 3. Phone Number. 239.985.1200 Between $ 1-5 million 4. Address 6200 Whiskey Creek Dr. X Between $ $-to million Fort Myers, FL 33919 111---err 7.1 t subcontractor Between 5 10.15 million Fuy 5ubconsultant More than $ i5 million S. Year Firm Established: 1966 1. Federal Tax lDNumber: 593164723 2. Firm Name: Tierra 6. DBE S. Annual Gross Receipts X Nan -DBE Less than $1 million 3. Phone Number 813.989.1354 Between $ 1.5 million 4. Address 7351 Temple Terrace Hwy. Between $ 5-10 nu`llion Tempe FL 33637 7. SubcantraCtor Between S 10-15 million X Subconsultant X More than 5 15 million 5. Year Firm Established: 1992 1. Federal Tax ID Number: 65.0975585 6.1 X 1 DBE S. Annual Gross Receipts 2. Firm Name: Sandra Walters Consultants 1u1 Non -DBE X Less than $ 1 million 3. Phone Number. 305.294.1238 Between $ 1.5 n illion 4. Address 4790 S. Cleveland Ave.. Suite 2102 between $ 5-10 million Fort Myers, FL 33907 7• subcontractor Between $ i0-15 million X 5ubconsultant More than $15 million 5. Year Firm Established: 2000 1. Federal Tax lDNumber: 6.8 DBE 8. Annual Gross Receipts 2. Firm Name: Non -DBE Less than $ 1 million 3. Phone Number. Between $1.5 million 4. Address Between $5-10 million 7.11F--�11 subcontractorRMorelhan Between S 10.15 million 1 I Subconsuhant $ 15 million 5. Year Firm Established: GCA-0 EXHIBIT 1.13 GRAN'C CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288,703, Fla. Slat. Certification erform all of the specifications and grant requirements On behalf of my firm, I acknowledge, and agree to p identified in this solicitation document(s). Vendor/Contractor Name Hole Montes Inc. Date _ 01/21/2020 Authorized Signature Address 6200 Whiskey Creek Or., Fort Myers, FL 33919 Solicitation/Contract # _ 20-7692 6t_ A EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is (',) is not ( X) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. b) The applicant represents that it is (', ) is not ( X) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Richard E. Brylanski, P.E. Vice President Name Title Hole Mantes, Inc. Firm Signature G("A'> RIPS 20-76921 Collier County Design Services for Everglades Airpark Runway Rehabilitation DUE: January 21, 2020 at 3:OOPM SUBMITTED BY: Hole Montes, Inc. _ Fort Myers Office: Corporate Headquarters: 6200 Whiskey Creek Drive 950 Encore Way ' g Fort Myers, Florida 33919 Naples, Florida 34110 t Timothy J. Parker, P.E., C.M. Associate / Senior Project Manager TimParker@HMeng.com T: 239.985.1221 F: 239.985.1259 rI u 67 INNI HOLE MONTES ENGINEERS • PLANNERS • SURVEYORS 6200 Whiskey Creek Drive • Fort Myers, Florida 33919 • Phone: 239.985.1200 • Fax: 239.985.1259 950 Encore Way • Naples, Florida 34110 • Phone: 239.254.2000 • Fax: 239.254.2075 January 21, 2020 Ms. Sarah Hamilton Procurement Strategist Collier County Government Procurement Services Division 3295 Tamiami Trail East, Blvd. C-2 Naples, FL 34112 RE: Request for Professional Services 20-7692: Design Services for Everglades Airpark Runway Rehabilitation Dear Ms. Hamilton and Members of the Selection Committee: Hole Montes, Inc. (HM) is pleased to submit this Letter of Interest and Statement of Qualifications for the above referenced project for Collier County. Hole Montes understands and agrees to abide by all provisions, terms and conditions of same, and all ordinances and policies of Collier County. Hole Montes is prequalified by the Florida Department of Transportation to perform the work associated with this contract. In addition, Hole Montes and all team members have applicable certificates, registrations, and licensing pertinent to the work to be performed. Hole Montes is a local engineering, planning and surveying consulting firm that has been serving southwest Florida since 1966. Our Aviation Division has served all the region's airports since 1998 and has successfully completed hundreds of quality projects on time and within budget. Since our founding, our strategic advantage has been to hire the best professionals who our clients can trust to get their projects completed effectively and efficiently. This advantage has allowed us to develop successful designs and construction management on airport projects throughout southwest Florida. Hole Montes has a staff of 48 professionals in its Naples and Fort Myers offices ready to assist Collier County Airport Authority (CCAA) and the project team as necessary Hole Montes staff has continuously provided engineering services ranging from Aviation Engineering, Roadways, Civil Engineering and Surveying and Mapping to the area for over 50 years and has witnessed and been a part of the area's growth and prosperity. Hole Montes has developed extensive knowledge of local conditions and has recent successful runway rehab experience. Our staff is knowledgeable of the permitting processes through Collier County and South Florida Water Management District, including existing permits and the State's program for minimizing ponding on airports. We have been instrumental in obtaining FDEP and USACOE permits. Hole Montes is strategically positioned to provide the design and management expertise necessary to achieve success for your project. Firm Name (including any alias): Hole Montes, Inc. (20 years) Hole Montes & Assoc. (26 years) Stanley Hole & Assoc. (8 years) Years in Business: 54 Number of Employees: 48 Contact Information: Timothy J. Parker, P.E., C.M. Project Manager T: 239-985-1221; F: 239-985-1259 TimParker@HMEng.com Hole Montes has assembled a cohesive team of professionals that have the expertise to take this project through planning and design to a successful completion. Hole Montes has fortified their team with trusted sub -consultants that have a long and successful history of working with Hole Montes. Additionally, we have included two certified Disadvantaged Business Enterprises (DBE) sub -consultants to meet the County's projected DBE goal of 4.2%. • Hanson Professional Services, Inc. for Airfield Electrical Design and QAIQC; • Sandra Walters Consultants, Inc. for Environmental services; and • Tierra for Geotechnical services. We believe that the Hole Montes team offers unparalleled experience in southwest Florida Aviation and specialized expertise in providing on -call services, a readiness to bring together the many diverse stakeholders for this project, a responsiveness that only a local firm can provide, and a can -do attitude that will drive the Everglades Airpark Runway Rehabilitation project to successful conclusion. Very truly yours, HO _. TES, INC. Richard ��Zansld, P.E. Vice President 1 Principal RickBrylanski@HMeng.com Timothy J. ar , .E, C.M. Project Mana r TimParker6Meng.com Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 11 Page ABILITY OF PROFESSIONAL PERSONNEL "I" HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Since 1966, Hole Montes has held fast to the business philosophies and professional practices handed down by our founders: to be one of the most trusted and reliable full -service engineering firms in southwest Florida. Customer satisfaction and service, technical expertise, quality of deliverables and dedicated project management are such principles. We ensure that every project Collier County entrusts to us meets the high standard of excellence that is expected from Hole Montes. With engineering offices in Naples and Fort Myers, Hole Montes is strategically positioned to provide you with the design and management expertise necessary to achieve success for your Everglades Airpark Runway Rehabilitation Project. Our Project Team Members are seasoned professionals. They have the expertise, training and availability to assist you in achieving a successful project conclusion. HOLE MONTES ADVANTAGE ❖ Experienced Team of Professionals, ❖ Local Team With Area Knowledge, ❖ Team Experienced in Working Together, ❖ Professionalism and Accuracy, and ❖ Proven Commitment to Customer Service. The Hole Montes team has a combination of defined roles during design projects, but also has a team approach to doing work where our experience and work overlaps. This will provide Collier County with a team of professionals experienced in what they will be doing, who have worked together many times in their assigned roles, but also with the ability to back one another up without missing a beat if ever necessary. We pride ourselves in consistency and reliability with service on a moment's notice when necessary. Other strengths that the firm brings to Collier County is our understanding of engineering design including design development, analysis and cross discipline coordination. Hole Montes proposes to staff the County's project with professional personnel experienced in a variety of Civil Engineering expertise. Additional Team Members will include support staff such as project engineers, CADD technicians, permit coordinators, survey crews, field representatives and GIS specialists. TEAM EXPERIENCE With a goal of working as an extension of CCAA staff, Hole Montes has assembled a team of trusted and knowledgeable individuals that have a proven history in the southwest Florida area. The proposed key professional team members have extensive experience in their various areas of expertise working on projects of similar type, size and complexity. The Hole Montes Team has the significant depth and capacity to ensure project delivery on schedule and with superb attention to detail. With the team's completion of the runway, taxiway and electrical vault projects at Page Field in 2018, we present the most knowledgeable and experienced local team. Our team has demonstrated a strong level of team collaboration proximate to the project site. Both the companies and the individual members within the team have successfully worked together to deliver award winning projects in southwest Florida in the past five years. The Project Manager, civil designer and stormwater engineer are the same individuals and firms as for the award - winning Page Field projects. We have added two additional firms to the recent Page Field project team; an environmental firm, Sandra Walters Consultants, Inc. (SWC) and geotechnical firm, Tierra. Both firms are certified DBE/WMBE companies. Hanson Professional Services, Inc. has been selected to provide airfield lighting and design services and other support, as required. Project Manager, Timothy (Tim) Parker, P.E., C.M., is very familiar with Hanson and their staff, technical skills and performance on projects. Prior to his employment at Hole Montes, Tim was a project manager in Hanson's Sarasota office where he worked with Mike Harris and Kevin Lightfoot, P.E. on multiple runway and taxiway projects. These projects included Valkaria Taxiway A and Runway 10-28, Arcadia and Stuart Runway 12-30 Rehabilitation and EMAS installation. Hanson has extensive experience working at southwest Florida airports. Hanson is currently working with Naples Airport as the general engineering consultant and has completed multiple taxiway and drainage projects. Hole Montes is recognized as a leading consulting firm in southwest Florida, offering a wide range of civil engineering and surveying services. Hole Montes has provided engineering services in southwest Florida for over 50 years and to the region's airports for over 22 years and has an extensive knowledge and experience with local construction and regulatory conditions. We have worked extensively with paving, electrical and site work contractors that typically bid on airport and non -airport projects in southwest Florida. We understand the capabilities and typical performance and quality of the various contractors. We have been the prime engineering consultant on design and placement of over 83,000 tons of asphalt at southwest Florida airports in the last five years. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 2 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL PROJECT MANAGER For the benefit of Collier County Airport Authority and the Everglades Airpark, the Project Manager will be Tim Parker, P.E., C.M. Based out of HM's Fort Myers office, Mr. Parker will lead the entire team and ensure that the project schedule and budget will be developed, managed, monitored and adhered to. Project deliverables in the form of plans, specs, engineer's report, opinions of probable cost, and similar airport related support documentation will be thorough, accurate and informational. Sub -consultants will be managed proactively and mentored, and funding and regulatory agencies will be informed of project activities on a regular basis. There will be no surprises, and project concurrence by involved agencies and staff will be achieved at key milestones throughout the project. Tim has extensive experience on projects of similar type and complexity. In addition to the Page Field and Immokalee Regional Airport projects, Tim has worked on runway and taxiway projects at Valkaria Airport, Orlando International Airport, Tampa International Airport, Arcadia and Witham Field. Tim is a licensed instrument rated commercial pilot and aircraft builder. He takes pride and ownership in his work and has a "hands-on" management approach for projects he works on. Mr. Parker knows what quality workmanship is and he expects it during both the design phase and construction phase. After all, he knows that he will likely be using what he was responsible for designing and building both on the ground and in the air. He is normally the first or second person to takeoff off from runways after they are reopened after rehabilitation or reconstruction. The first takeoff in his experimental aircraft was from a runway which he designed and was Engineer of Record. Tim has extensive airport engineering and construction management experience for a wide range of commercial service and general aviation airport projects. Tim has more than 39 years of engineering and project management experience in the areas of airport, aerospace, civil and environmental engineering; public/private development, and flight operations. Tim's airport engineering experience includes: airfield design, airfield pavement rehabilitation, runway safety area improvements, NAVAID relocations, helipad design and site approval, cost estimates, preparation of plans and specifications, phasing, signage, pavement marking, and airspace coordination. As your Project Manager, Tim has the expertise and know-how for maintaining effective project control through a well -coordinated project management plan. KEY PROJECT TEAM MEMBERS Hole Montes has assembled a team of professionals that have the expertise to undertake the design, permitting, bidding and construction administration anticipated for the Everglades Airpark Runway Rehabilitation project. The chart below identifies the Project Manager, along with key personnel from Hole Montes and sub -consultants. Brief resumes of these individuals are included on the following pages along with relevant licenses at the end of this section. In addition, the Organizational Chart demonstrates the lines of communication, authority and assigned responsibilities. Timothy Parker, P.E. Richard Brylanski, P.E. Austin Brown, E.I. Byron Taylor, P.E. Thomas Murphy, P.S.M. Michael Roddis Kevin Lightfoot, P.E. Mike Harris Sandra Walters Kevin Scott, P.E. Project Manager Principal -In -Charge Design Engineer Permitting Surveyor CEI Resident Project Representative Electrical Engineer QNQC Environmental Geotechnical Hole Montes 39 Hole Montes 35 Hole Montes 3 Hole Montes 18 Hole Montes 38 Hole Mantes 37 Hanson Professional Services 32 Hanson Professional Services 20 Sandra Walters Consultants 30 Tierra 17 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 3 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES MIKE HARRIS HANSON BYRON TAYLOR, P.E. HOLE MONTES TIERRA 1: ABILITY OF PROFESSIONAL PERSONNEL 400A AIflPOyr'G y o � 0 TIMOTHY J. PARKER, P.E. HOLE MONTES RICHARD E. BRYLANSKI, P.E. HOLE MONTES AUSTIN BROWN, E.I. MICHAEL RODDIS THOMAS MURPHY P.S.M. HOLE MONTES HOLE MONTES I I HOLE MONTES HANSON PROFESSIONAL SANDRA WALTERS SERVICES I CONSULTANTS, INC. (SWC) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 4 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES PROJECT MANAGER 1 ENGINEER 1: ABILITY OF PROFESSIONAL PERSONNEL For the benefit of the Collier County, the Project Manager for the Everglades Airpark Runway Rehabilitation will be Mr. Timothy (Tim) Parker, P.E., C.M. Tim has extensive airport engineering and construction management experience for a wide range of commercial service and general aviation airport projects. Mr. Parker has nearly 40 years of engineering and project management experience in the areas of airport, aerospace, civil and environmental engineering; public/private development, and flight operations. Tim's airport engineering experience includes: airfield design, airfield pavement rehabilitation, runway safety area improvements, NAVAID relocations, helipad design and site approval, cost estimates, preparation of plans and specifications, phasing, signage, pavement marking, and airspace coordination. As your Project Manager, Mr. Parker has the expertise and know-how for maintaining effective project control through a well -coordinated project management plan. As a licensed commercial pilot, Tim understands airport needs from a pilot's perspective. Tim's depth of experience provides a solid foundation for understanding not only the current regulations but in many cases the history and recent changes to the requirements. Mr. Parker's knowledge of FAA and FDOT regulations and requirements is quite impressive. His knowledge extends beyond the normal engineering items related to airport design. Due to his diverse background, he is familiar with a broad spectrum of regulations and requirements which include Federal Aviation Regulations, FAA Advisory Circulars, TERPS, FAA Orders and requirements related to planning, environmental considerations, flight operations and airspace requirements. Tim Parker has a regulatory background, serving as Water Facilities Administrator for the Florida Department of Environmental Protection Southwest District. He has testified as an expert witness on issues related to water quality and water treatment. His knowledge of environmental regulations is exceptional. Tim has worked on both sides of the regulatory community, as a permit applicant and a permit writer. This experience has been very beneficial when seeking permitting of complex projects and also dealing with noncompliance issues that may arise. In addition to the solid knowledge of water and environmental standards and procedures, the Project Manager is very familiar with FAA and FDOT design standards and procedures and airport operational considerations. Directly Related Experience: AIRFIELD PAVEMENT • Page Field: Rehabilitation of Runway 5-23 & Associated Taxiways • Page Field: Rehabilitation of Runway 13-31 & Associated Taxiways • Immokalee Regional Airport: Taxiway B • Valkaria Airport: Runway 10-28 Reconstruction, New Parallel Taxiway A, Apron Rehab I Reconstruction + Arcadia Municipal Airport: Runway, Taxiway & Apron Pavement Rejuvenation • Orlando International Airport: Taxiway B, 132, B10, J, Y, Z improvements to support Airbus A-380 • Leesburg International Airport: Realignment of portions of Taxiway A & K, Seaplane Ramp • Martin County Airport: Runway 12-30 Engineered Material Arresting System & Pavement Conditioner • Page Field: GA Ramp & Runway / Taxiways Rehab + Ft. Lauderdale International Airport: Runway 9L / 27R pavement evaluation • Tampa International Airport: pavement evaluation for airside pavements: Design and construction for Taxiway D & E; construction service for Taxiway W Rehab • St. Lucie County International Airport: Runway Rehab Design & width justification, Runway 9-27 AIRFIELD MARKING, SIGNAGE AND LIGHTING • Page Field: Runway 5-23 & Associated Taxiways — New Electrical Vault, LED Lighting & Signage, REILs, PAPIs • Page Field: Runway 13-31 & Associated Taxiways — LED Lighting & Signage, REILs & PAPIs • Martin County Airport: New PAPIs & REILs • Page Field Airport: Taxiway Redesignations Timothy I Parker, P.E., C.M. Project Manager Professional Registration: Professional Engineer, Florida No. 50062 Professional Affiliations: American Association of Airport Executives, Certified Member (CM) Aircraft Owners and Pilots Association Florida Airports Council Society of Flight Test Engineers Education: Master of Science in Management Troy University Bachelor of Science, Aeronautical & Astronautical Engineering University of Illinois Experience: Total Years Experience: 39 Years with HIM: 5 Honors & Awards: Lee County Port Authority, Page Field 2017 Aviation Ambassador of the Year (Nominations were made by the tenants and airport users) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 5 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL As Principal -in -Charge for the project, Mr. Richard "Rick" E. Brylanski, P.E., will be responsible to employ the necessary resources and make available the staff to carefully manage each task assignment and minimize the possibility for surprises. Mr. Brylanski is Hole Montes' expert on airport drainage with over 22 years of experience at all airports in Collier and Lee County, Florida. He is very knowledgeable of the FAA Advisory Circulars regarding drainage and the Florida Statewide Airport Stormwater Best Management Practices. His work has created some unique solutions that focused on the sustainable stormwater management in southwest Florida. His reputation and proven track record has allowed him to establish an excellent working relationship with the South Florida Water Management District. Mr. Brylanski serves many municipal clients in various capacities involved with the design, permitting and construction of major stormwater management and utility projects. He serves as Engineer of Record for Community Development Districts (CDD) and HOA's and such as: Spanish Wells, South Bay, Miromar Lakes, University Square, and River Ridge. Design services provided for these various Districts include: new roadways and streetscaping, regional, community and neighborhood parks, roadway lighting, linear paths, utilities (water, wastewater and irrigation), marinas, stormwater and environmental management. Other services include preparing Engineer funding/bond reports, traffic review, and expert testimony. Hole Montes provides general consulting services for municipalities in which Mr. Brylanski is chiefly involved with including Highlands, Lee and Sarasota counties and the cities of Bonita Springs, Cape Coral, North Port, Sarasota, and Fort Myers. Past services provided customary project design management of capital improvements projects to consultant services of Development Review Committee (DRC) expert services, design of recreation trails/sidewalks, regional and neighborhood drainage improvements, transportation enhancements, streetscaping, parks and utility redevelopment. Hole Montes has prepared sewer and water revitalization projects for municipalities including Sarasota County and the City of Fort Myers. As part of these large projects, the firm reconstructed the large existing neighborhoods, provided new utility systems and services, and renovated the associated roadways and drainage. Mr. Brylanski provided drainage design review and liaison services with the Public Works staff and general public. Mr. Brylanski was involved with the NPDES permit application to EPA for Lee County. Hole Montes assisted Lee County with the application of the Municipal Separate Storm Sewer System (MS4) to United States Environmental Protection Agency. Additionally, he prepared the master stormwater management planning documents included in the Lee County Surface Water Management Master Plan, specifically for the Cow Slough, Hendry Creek, Estero River, Halfway Creek, Olga Creek, and Leitner Creek watersheds. Directly Related Experience: • FMY: North Quad Development Design & Permitting • FMY: SE Apron Expansion • FMY: Phase IV T-Hangars • FMY: GA Terminal, Landside Design & Permitting • FMY: GA Terminal Taxiways & Apron • FMY: North Quad Lease Development • RSW: Skyplex • RSW: Maintenance Facility • RSW: Parking Expansion • MKY: Rehabilitation of Runway & Apron • MKY: Drainage Rehabilitation • IMM: Rehabilitation of Runway & Realignment of Taxiway • IMM: Airport Drainage Rehabilitation Richard E. Brylanski, P.E. Principal -In -Charge Professional Registration: Professional Engineer, Florida No. 42339 Education: Bachelor of Science, Civil Engineering Florida Institute of Technology Experience: Total Years Experience: 35 Years with HIM: 30 Collier County, Florida - RIPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 6 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. Austin Brown, E.I. is a 2015 graduate of the University of Florida with a Bachelor of Science Degree in Aerospace Engineering. Mr. Brown is a Design Engineer in the Aviation Department at Hole Montes. Having passed the Fundamentals of Engineering Exam (FE), he is gaining the necessary professional practice experience as he prepares towards his Professional Engineering licensure. Mr. Brown has combined his engineering and computer expertise to maximize the capabilities of AutoCAD Civil 3D into designs that are able to compliment GIS compatible construction equipment. By creating digital files of runway and taxiway surfaces that comply to FAA standards, contractors are able to download the files to equipment in the field and grade surfaces that provide positive drainage. Mr. Brown is also capable of quickly assessing contractor's quality control through computer analysis of as - built services. Austin was responsible for AutoCad Civil 3D design and plan preparation for the recent Page Field and Immokalee Airport projects. He has proven ability in the planning and designing of creating a CAD surface that can be used for machine control. Using the surfaces that Mr. Brown created for the Page Field Rehabilitation projects resulted in the base material being placed consistently within 118" of the planned surface. It was realized early in the project that there would be challenges with the approximately 30 unconnected CAD surfaces in the original plan set. Austin revised the original plans in about 2 weeks to make contiguous CAD surfaces. By virtue of the quality of the CAD surface created and the high level of machine control implemented, Page Field -Program 1 came in on -schedule and about $1.5M under the approved contract amount. Page Field -Program 2 came in about 2 months ahead of schedule and about $400,000 under the approved contract amount. This savings is directly tied to the quality of the CAD surfaces. Directly Related Experience: • Page Field — Runway 5-23 Rehabilitation • Page Field — Runway 13-31 Rehabilitation Hole Montes was contracted by the Lee County Port Authority and was responsible for the design to rehabilitate the airfield pavements at Page Field to maintain all pavements at an acceptable condition. The focus of the program was to maintain full pavement width and length while maximizing FAA and FDOT funding and maintain a safe airport. + Immokalee Regional Airport — Taxiway Rehabilitation The project included the rehabilitation of Runway 9-27, in place, and the transformation of the portion of closed Runway 4-22, between Runway 9-27 and Taxiway B, into a midfield taxiway connector. The rehabilitation of these runways involved the removal of the concrete hardstands at both ends of Runway 9-27 and at the intersection with closed Runway 4-22. The existing 70 year old pavement and base sections were replaced with new limerock base and bituminous surface course. The program also included replacement of the antiquated runway edge I threshold lighting and signage system and adding REILs and PAPIs for both approaches to Runway 9-27. New edge lighting and signage was added to Taxiway B. The airfield electrical vault was replaced and a backup generator installed. The regrading of the turf areas within the Runway Object Free Area (ROFA) was also included to remove drainage ditches and ponding that interfered with the maintenance of the airfield and created a wildlife attractant. + Page Field — Multi -Use Hangar & Ramp Expansion This project included the design, permitting and bidding phases for a 24,000 S.F. multi -use aircraft storage hangar with four crew offices, 58,000 S.F. of paved apron, as well as associated site work including modifications to the existing aircraft apron, demolition, grading, drainage, earthwork and utilities to serve the new hangar. Austin Brown, E.I. Design Engineer Education: Bachelor of Science, Aerospace Engineering University of Florida Experience: Total Years Experience: 3 Years with HIM: 3 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 7 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. Byron N. Taylor, P.E. has experience and education in civil design, hydrology, and environmental engineering. Mr. Taylor is responsible for permit applications, computer modeling, site design, and preparation of engineering reports. Programs currently being used include AutoCAD, ICPR, and Water GEMS. Mr. Taylor permitted the drainage improvement project at Page Field Airport in 2012. A drainage report was prepared for each of the four quadrants outlining the permit history and methodology used in designing the water treatment. Most recently, Mr. Taylor prepared a minor modification to the SFWMD Permit for the Naples Airport which required an update to the Urban Stormwater Management Program and SWPPP. Mr. Taylor has developed the expertise in creating computer hydrological models of multiple drainage basins and produce a design for drainage systems that are effective and economical. He combines his engineering and computer expertise through the use of AutoCAD Civil 3D and drainage software programs such as ICPR to evaluate various options to drainage solutions. Directly Related Experience: + FMY: Drainage Improvements Mr. Taylor permitted the drainage improvements at Page Field Airport in 2012. A drainage report was prepared for each of the four quadrants outlining the permit history and methodology used in designing the water treatment. + FMY: GA Terminal Hole Montes provided the project management and engineering services from conceptual design through construction of the new G.A. terminal complex in the west quadrant of Page Field Airport. The complex includes a new 22,000 SF terminal building, 24,000 SF bulk hangar, parallel taxiways to two runways, new 600,000 SF apron along with landside improvements including a new access road and vehicular parking. The project also includes utilities, lighting, landscaping, signage and a new fuel farm. The taxiways were constructed in 2007 and the apron was completed in 2009. The terminal and hangar buildings, along with the new access road, vehicle parking, signalized intersection modification and fuel farm were all built simultaneously. The project included a comprehensive stormwater management system with two lakes that provide irrigation for the extensive landscaping. • FMY: Rehabilitation of Runway 5-23 & Associated Taxiways • FMY: Rehabilitation of Runway 13-31 & Associated Taxiways Hole Montes was contracted by the Lee County Port Authority and was responsible for the design to rehabilitate the airfield pavements at Page Field to maintain all pavements at an acceptable condition. The focus of the program was to maintain full pavement width and length while maximizing FAA and FDOT funding and maintain a safe airport. Additional Experience: • FMY: Phase IV T-Hangars • FMY: Multi -Use Hangar & Ramp • APF: SFWMD Minor Modification • IMM: Runway Rehabilitation • RSW: Skyplex Byron N. Taylor, P.E. Permitting 1 Civil Engineering Professional Registration: Professional Engineer, Florida No. 63931 Education: Bachelor of Science, Civil Engineering University of Florida Experience: Total Years Experience: 18 Years with HIM: 18 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 8 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. Thomas M. Murphy, P.S.M. is a Vice President with Hole Montes, Inc. and manages the company's Survey and Mapping Division. Mr. Murphy is licensed by the Federal Aviation Administration as a Remote Pilot to commercially fly an unmanned aircraft system (UAS) or drone. As a Professional Surveyor and Mapper (P.S.M.), he has been responsible for several various types of surveys including Boundary, Topographic, Right -of -Way Mapping, Mean High Water Line, Hydrographic Surveys and Construction layout on many large residential developments including multi -family condominiums. Hole Montes' Survey Division has served several municipalities under Continuing Contracts including the City of Cape Coral, City of Naples, Collier County, Lee County and Highlands County, to name a few. During Mr. Murphy's years of surveying for Hole Montes, he has surveyed thousands of acres in southwest Florida. He has managed major surveying projects for both public and private clients including Collier County Transportation, Collier County Public Schools, Fiddler's Creek, Quail West, Lee County Transportation, Miromar Lakes Beach and Golf Club and Naples Community Hospital. Directly Related Experience: + Southwest Florida International Airport + Page Field Airport Additional Experience: ➢ LCU / BSU Emergency Interconnect, Lee County ➢ Minnesota Twins Expansion Parcel, Lee County ➢ Boston Red Sox Spring Training Facility, Lee County ➢ Gladiolus Drive widening, Lee County Dept. of Transportation (DOT) ➢ Picayune Strand Restoration Project, US Army Corps of Engineers (USACE) ➢ Merit Island Pump Station, USACE ➢ Carrell / Winkler Utility Improvements, City of Fort Myers ➢ Extension of Via Coconut Point / Sandy Lane, Lee County DOT ➢ The Widening of Alico Road, Lee County DOT ➢ The Widening of Immokalee Road, Collier County DOT ➢ The Widening and Extension of Livingston Road, Collier County DOT Thomas M. Murphy, P.S.M. Surveyor Professional Registration: Professional Surveyor & Mapper Florida No. LS5628 Federal Aviation Administration Remote Pilot, Certificate No. 4132931 Professional Affiliations: Florida Society of Professional Land Surveyors, Lee Chapter National Society of Professional Surveyors Experience: Total Years Experience: 38 Years with HIM: 35 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 9 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. Michael Roddis has worked as a Construction Field Manager for more than 35 years. He is responsible for observing and monitoring contractors' work progress for compliance with project plans, specifications and contract documents. Mr. Roddis has worked closely with engineers and surveyors to coordinate field surveys and inspections. Dependent on the project, these CEI services have ranged from part-time observation to full-time resident observation. Prior to and throughout construction, Mr. Roddis is proactive in anticipating unforeseen conditions to assist in resolving them prior to them being encountered. Mr. Roddis is experienced in preparation of preliminary opinions of construction cost, conducting preconstruction conferences, coordinating and conducting periodic progress meetings, preparation and maintenance of construction records, coordination with underground utility companies and working with state and local regulatory agencies regarding permit compliance and certifications. Mr. Roddis' project experience includes all aspects of site work, underground utilities, water and wastewater pumping facilities and water and wastewater treatment facilities. He is also familiar with the vertical construction requirements associated with these facilities. Directly Related Experience: • APF: T-Hangar Project • MKY: T-Hangar Project Michael Roddis Construction Inspector Professional Education I Certification: International Municipal Signal Association — Zone Safety Specialist,1995 Lee County Vo-Tech Traffic Safety Work Area Specialist,1995 American Concrete Institute — Concrete Field Testing Tech, 1995 Excavation and Trenching for the Competent Person, OSHA 29 CFR 1926.651 Subpart P, 2015 Experience: Total Years Experience: 37 Years with HM: 24 ir Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 10 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES KEY PERSONNEL 1: ABILITY OF PROFESSIONAL PERSONNEL Kevin Lightfoot, P.E. has more than 32 years of electrical engineering experience. His vast experience includes designing airfield lighting and navigational aid systems, service entrance and power distribution, emergency/standby power systems, motor control systems, lighting, heating and ventilation, lightning protection, surge protection and grounding systems. He has worked on projects for a variety of facilities including airports, railroads, roadways, telecommunication facilities, schools, water and wastewater treatment plants, pump stations and fuel storage and dispensing facilities. RELEVANT EXPERIENCE • Arcadia Municipal Airport, Airfield Lighting System Improvements, Arcadia, FL. Electrical engineer responsible for providing electrical design plans and special provision specifications and construction services. This project consisted of replacing the airport electrical vault and the runway and taxiway lights and installing new airfield signage. The project also included installation of an L-807 primary wind cone and an L-881 abbreviated PAPI system. • Naples Airport, New Taxilane F, Naples, FL. Electrical engineer for the construction of a new Taxilane F (approximately 450 feet in length and 50 feet in width) off of Taxiway B between the Collier County Sheriffs hangar and the ASG Inc. hangar. Services included field surveys, geotechnical subsurface exploration, geometric layouts, pavement design, stormwater management design and permitting, electrical modifications, signage, pavement markings, bidding and construction services. • Naples Airport, Security Lighting, Naples, FL. Electrical engineer responsible for electrical lead and lighting glare calculations. This project consisted of the research and preparation of a vertical lighting analysis and report. The reference for the analysis guidelines was the "Airport Design Guide" by Sterner Lighting, which was based on the Illuminating Engineering Society (IES) publication RP-14. • Naples Airport, Taxiway D Extension, Naples, FL. Electrical engineer for the construction of an extension to existing Taxiway D. The extension is from Taxiway C to the intersection of the Runway 5 extension, opposite the Taxiway Al connector. No intermediate connectors or run-up pads are included. Services include: field surveys, geotechnical subsurface exploration, geometric layouts, pavement design, stormwater management design and permitting, electrical modifications, signage, pavement markings, bidding services and construction plans preparation and specifications. ■ Winter Haven Regional Airport -Gilbert Field, Rehabilitation of Runway 11/29, Winter Haven, FL. Electrical engineer for the rehabilitation of Runway 11/29 at Winter Haven Regional Airport. The project includes narrowing the runway from 100 feet to 60 feet; redesigning the connections from the runway to taxiways A, C1, C2, D and F to meet current Federal Aviation Administration (FAA) design standards for filets; removing a taxiway connector at D2 that does not meet current FAA requirements; and design modifications to taxiways C1 and D to meet standards. The project also includes milling and replacing approximately 50,000 square yards of asphalt. Additional tasks include re -grading the runway safety area, relocating fencing out of the runway safety area, a new airport access gate, airfield lighting, upgrading electrical vault, airfield signage and runway markings. ■ Valkaria Airport, Runway 10/28 Reconstruction, Valkaria, FL. Electrical engineer for the design of Runway 10/28 pavement reconstruction to provide standard structural and functional condition. The existing pavement functionality and structure were at or near failure, and the pavement had exceeded its original design life. Responsible tasks included assistance with construction services which included shop drawing review of PAPI's, airfield lighting and electrical equipment and materials. Assisted project managers with interpretation of National Electrical Code issues, applicable FAA requirements, airfield lighting installation requirements, and electrical change orders to comply with the applicable codes and standards. Education: B.S. Electrical Engineering Southern Illinois University Carbondale A.S. Science John A. Logan College Carterville Professional Registrations: Professional Engineer: FL, IL, IN, KY, LA, MN, MO, WI Professional Engineer -Electrical Engineering: NV, WA Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 111 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES KEY PERSONNEL 1: ABILITY OF PROFESSIONAL PERSONNEL Mike Harris' 20 years of experience includes designing, planning, and managing various airport projects. He is knowledgeable in construction administration through his experience performing construction observation and management of airport, highway and building construction projects. He has completed numerous airport design and planning projects and is knowledgeable regarding airport airspace requirements and obstruction analysis procedures. These projects have included runway, taxiway, and apron rehabilitation projects; taxiway extensions; apron paving; airfield lighting design; security and wildlife fencing projects; and preparing airport layout plans (ALPs) and other planning documents. RELEVANT EXPERIENCE Naples Airport, Taxiway D Extension, Naples, FL. Project Manager responsible for providing design, bidding, permitting, and construction administration services for an extension to existing Taxiway D in the Airport's west quad, from Taxiway C to the intersection of the Runway 5 extension, opposite the Taxiway Al connector. Services include: field surveys, geotechnical subsurface exploration, geometric layouts, pavement design, stormwater management design and permitting, wetland mitigation and permitting, electrical modifications, signage, pavement markings, bidding services, and construction plans preparation and specifications. Naples Airport, Taxiway A Improvements and Holding Bay, Naples, FL. Project Manager responsible for improvements to Taxiway A at Runway End 5 at the Naples Airport. The project included reconstruction of the Taxiway A connection at the Runway 5 approach end to comply with revised FAA design standards for 90-degree entrances to runways. The project also included construction of a new holding bay to improve ground movement operations and reduce delays to departing jet traffic caused by piston aircraft run-up checks and holds for IFR clearance for all aircraft types. The project required relocation of a 16" Sanitary Sewer Force Main and 8" Water Main. Coordination with NAA, FAA, FDOT, SFWMD, and City of Naples Utilities Department was required throughout the project. Naples Airport, New Taxilane F, Naples, FL. Senior designer responsible for construction plans and bid document preparation. This project provides professional engineering services for construction of a new Taxilane F (approximately 450 feet in length and 50 feet in width) off of Taxiway B between the Collier County Sheriff's Hangar and the ASG Inc. Hangar. Services include field surveys, geotechnical subsurface exploration, geometric layouts, pavement design, stormwater management design and permitting, electrical modifications, signage, pavement markings, bidding and construction services. Winter Haven Regional Airport -Gilbert Field, Rehabilitation of Runway 11/29, Winter Haven, FL. Airport designer for the rehabilitation of Runway 11/29 at Winter Haven Regional Airport. The project includes narrowing the runway from 100 feet to 60 feet; redesigning the connections from the runway to taxiways A, C1, C2, D and F to meet current Federal Aviation Administration (FAA) design standards for filets; removing a taxiway connector at D2 that does not meet current FAA requirements; and design modifications to taxiways C1 and D to meet standards. The project also includes milling and replacing approximately 50,000 square yards of asphalt. Additional tasks include re -grading the runway safety area, relocating fencing out of the runway safety area, a new airport access gate, airfield lighting, upgrading electrical vault, airfield signage and runway markings. Arcadia Municipal Airport, Airfield Lighting System Improvements, Arcadia, FL. Airport designer responsible for layout and design of airfield lighting elements to conform to applicable Federal Aviation Administration design standards; development and coordination of a construction safety and phasing plan; and preparation of construction documents including plans, specifications and construction cost estimates. This project consisted of replacing the airport electrical vault and runway and taxiway lights, and installing new airfield signage. The project also included installing an L-807 primary wind cone and an L-881 abbreviated PAPI system. Education: B.S. Public Affairs Indiana University Professional Registrations: PSMJ Project Management Certification Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 12 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL SUB -CONSULTANTS In addition to Hole Montes staff, we have fortified our team with trusted sub -consultants that have a long and successful history of working with Hole Montes. Hanson Professional Services, Inc.'s mission is to assist their clients in meeting their business -or 0!HAN � government -sector goals by providing quality professional engineering, planning and allied services while protecting the public and environment. Hanson's team of experienced aviation professionals offer our hands-on approach to all of your project needs. This approach applies to every project and client, regardless of size or complexity. Their long term relationships with FAA and State level regulatory agencies is an additional value add that they bring to your project. This start to finish hands-on technical approach will help ensure the success of your capital investments both at the time of initial construction and for its long term life cycle. Hanson has completed hundreds of airport projects, including airport layout and master plans, land acquisition services and design and construction services for projects ranging from apron expansions to new runways with associated navigational aids. Beyond their full range of traditional planning and engineering services, they offer support for your energy, commissioning and operational sustainability needs and airport business planning. Their staff offer "turnkey" airport development solutions, with experience in all aspects of airport development and airport management. Hanson's former airport managers on staff offer clients the unique perspective of a true understanding of their specific needs. They also understand that needs can change with the constantly evolving aviation industry environment. By gearing solutions towards the rapidly changing aviation market and regulatory environment, they are able to support your particular goals by providing you cost savings and sustainable airport solutions. With personal attention from the early planning and environmental stages through design and construction, Hanson works to help make your airport project a success. With over 50 years of experience in working with airports both large and small, they have grown their business primarily through repeat customers and their reputation within the industry. Hanson's reputation for excellence in the aviation community led to their selection in 2017 by the Airports Cooperative Research Program (ACRP), a division of the federal Transportation Research Board, to complete an update of ACRP's Guidebook for Managing Small Airports and to write a new Guidebook for Best Practices for Airport Obstruction Management. Both of these guidebooks have been completed and submitted to ACRP for publication in early 2019. Hanson continues to be a national leader in aviation planning, engineering, construction and airport business best practices. Sandra Walters Consultants, Inc. (SWC) is a team of problem solvers and innovators. The firm has provided services in s. .11 the planning and environmental science disciplines for more than 21 years. Work has included all areas of ecological and environmental consulting and land use and public facilities planning and permitting —including habitat assessments, wetland permitting and mitigation design, environmental impact statements, compliance monitoring, development agreements, and submerged land leases. SWC staff is fully trained in utilization of State and federal wetland assessment methodologies. SWC has extensive experience working with agencies to develop project designs that minimize impacts and meet permitting requirements, and to bring clients into compliance with regulatory standards. The firm has conducted data collection and analysis and written environmental and planning sections of NEPA documents for FDOT, the FAA, the U.S. Army Corps of Engineers, and the South Florida Water Management District, and also provides construction environmental compliance monitoring services. SWC uses state-of-the-art Geographic Information Systems (GIS) technology to accurately assess jurisdictional areas, facilitate graphic data presentation, and analyze project areas and needs. Many clients have benefited from representation by the firm with agencies and public officials at the local, state and federal level, and expert witness testimony in State of Florida administrative hearings and court proceedings. SWC is certified as a disadvantaged business enterprise (DBE) with the State of Florida, South Florida Water Management District (SBE), FDOT, Broward (also CBE), Miami -Dade (also SBE), Lee and Collier counties, and is a woman -owned small business (WOSB) with the US government. The company is also very experienced in land use planning and permitting, from major studies to site planning and entitlements. SWC is skilled at coordinating communications, including public information and involvement programs. SWC can provide plan development; community outreach and consensus building using various tools such as workshops, seminars and public meetings; and preparation and placement of advertisements. The firm has full multimedia capabilities for production of public presentations, websites, newsletters, news releases, and support documents. The principal of the firm, Sandra Walters, has more than 30 years professional experience. She has been appointed by three Governors to the South Florida Regional Planning Council, serving as chair twice, and is current vice chair of the Statewide regional planning association; and was appointed by Governor Bush to Florida's Acquisition and Restoration Council, which oversees purchase and management of State conservation lands. Ms. Walters is an advisor to the C-Suite Network, the country's largest network of top business executives. Her work is currently primarily focused on helping large companies develop Legacy projects that create significant environmental improvements while being fully integrated into the community. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 13 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES SUB -CONSULTANTS (continued) 1: ABILITY OF PROFESSIONAL PERSONNEL Tierra is a full -service consulting geotechnical engineering, environmental assessment and construction TIERRA materials testing and inspection firm. Tierra has provided professional geotechnical consulting services for the elIEW.1-M- - MATERLU-S public and private sector since 1992. With offices in Tampa, Winter Garden and Pensacola, they have the EYGP'EERLNG ability to serve the entire State of Florida. Tierra's staff includes 26 Professional Engineers (PE's) and 10 Engineer Interns (EI's). Tierra has more than 180 highly experienced and diversely educated personnel who possess expertise in a wide range of projects throughout the geotechnical, environmental and construction materials testing fields. Tierra is currently pre -qualified with the Florida Department of Transportation in the following work groups: 9.1, 9.2, 9.3, 9.4.1, 10.1, 10.3 and 10.4. Tierra is a State of Florida Minority Business Enterprise (MBE). Tierra is equipped. Tierra owns and operates one of the largest and modern geotechnical drilling operations in the State of Florida. Tierra's daily operations include eleven (11) fully operational land -based drill rigs, including four (4) light to heavy track mounted all terrain drill rigs. The diversity of their drilling equipment allows Tierra to conduct geotechnical studies in difficult access locations such as wetlands and rough terrain areas. In addition, Tierra is equipped with portable tripod drill rigs and one (1) barge mounted drill rig. This equipment is utilized to access difficult areas that have limited space or wet drilling conditions, such as bayous and canals. In order to better meet the needs of their clients, each of Tierra's offices operates its own CMEC certified and FDOT qualified laboratory facility. Tierra's laboratories provide specialized testing services associated with geotechnical engineering and construction materials. Inspected annually by the FDOT State Materials Office, their laboratory staff is trained and certified to perform testing to characterize the physical properties of soil, rock, concrete, asphalt and composite building materials. Much of Tierra's public sector work in Florida is provided for the Florida Department of Transportation, and we have a thorough understanding of FDOT requirements and expectations. Tierra has extensive experience providing professional subconsultant services on FDOT Districtwide Contracts. Additionally, Tierra currently provides geotechnical engineering and construction materials testing services as a prime consultant to FDOT Districts 3, 7 and Florida's Turnpike Enterprise. Tierra is capable. As a Florida -licensed professional engineering business, Tierra has the technical competence to provide geotechnical engineering, contamination assessment and construction materials testing and inspection services for their clients. Tierra has the capabilities to provide as needed services for geotechnical drilling, field sampling, laboratory testing and inspection, engineering analysis and reporting. They utilize Microstation and AutoCAD for site maps and plan sheets and are fully integrated with GPS and GIS mapping for self -locating field borings and sample locations. Tierra is committed. For the past 25 years, Tierra has provided professional consulting services for private and public sector agencies throughout the State of Florida, a number of whom we have served for many years. Having worked for clients within a variety of industries, Tierra has great familiarity with the specific needs of our clients. The following are airports in Florida in which Tierra has provided services: Albert Whitted Airport Bartow Airport Brooksville -Tampa Bay Regional Airport Crystal River Airport DeLand Municipal Airport Hernando County Airport Key West International Airport Kissimmee Gateway Airport LaBelle Airport Lakeland Linder Regional Airport Marco Island Airport Naples Municipal Airport NW Florida Beaches Airport — Panama City Orlando International Airport Orlando Sanford International Airport Peter O'Knight Airport Peter Prince Airport - Milton Plant City Airport Punta Gorda Airport Quincy Municipal Airport Sanford Airport Sarasota -Bradenton International Airport Sebring Regional Airport Southwest Florida International Airport St. Pete — Clearwater International Airport Tallahassee Airport Tampa International Airport Tampa Executive Airport Venice Municipal Airport Wachula Airport Zephryhills Municipal Airport Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 14 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 1: ABILITY OF PROFESSIONAL PERSONNEL ABILITY TO WORK WITH OTHER CONSULTANTS 1 CONTRACTORS - TEAM APPROACH A team approach is the first step in successfully completing a project on budget and within schedule. While it is incumbent that Tim Parker as Project Manager holds all parties to task, this does not mean that an adversarial relationship must exist between the Consultants and Contractors. His management style, training and background have resulted in his ability to create strong motivated teams. Due to a wide variety of airport and non - airport projects that the Hole Montes team has worked on, we have had the opportunity to develop positive relationships with a wide range of consultants, contractors, and staff at local, state and federal agencies. KNOWLEDGE OF STANDARDS & PROCEDURES As a long-standing consultant in southwest Florida, Hole Montes an in-depth knowledge of the requirements necessary to meet all local codes, regulations and permits. Hole Montes staff is very knowledgeable of the standards and procedures associated with airport projects including, but not limited to: • FAA Airport Advisory Circulars • FAA Orders and Engineering briefs including Airport Improvement Program (AIP) Handbook • FDOT Design Standards • Florida Statewide Airport Stormwater Best Management Practices • FAA / FDOT Grant Procedures • Florida Procurement Regulations • FAA Airport Safety and Security Standards • NAA Safety and Security Procedures including operation of vehicles on airport property • FDEP Mangrove Alterations In addition to Hole Montes' extensive airport experience, Hole Montes has been involved in permitting and designing major land development projects in southwest Florida over the past 50 years. The combined experience of the staff and sub -consultants provides an amazing mass of knowledge related to standards and procedures specific to the southwest Florida area. This "area" specific knowledge is beneficial during the planning and permitting phases of a particular project. In many cases, the various regulations are not always reviewed and applied consistently across the State, County, District or Community lines. Our expertise also extends to designing to the project to meet codes. The coordination with the CM/CG during design, bidding, and through construction, is especially beneficial in this area. Due to the Hole Montes team's extensive local experience and detailed knowledge of the regulations and procedures, it very likely that our staff have worked with the individual regulator and or reviewer on previous projects and have a good understanding of how various standards will be applied to the project. Dealing with stormwater concerns on airports is different than how stormwater is handled in other types of development. This handling often conflicts longstanding norms used by FDEP, Water Management Districts and the USACOE. On airports, water features tend to attract wildlife and are typically hazards to safe flight operations. Florida has acknowledged these differences and the need for special handling and developed the "Florida Airports Stormwater Best Management Practices Manual". Project Manager, Tim Parker, is very familiar with the intent, implementation and design consideration associated with the State of Florida approved guidance documents. KNOWLEDGE OF TSA, FAA AND FDOT REGULATIONS AND REQUIREMENTS The depth of experience of the overall Hole Montes team provides a solid foundation and background for understanding not only the regulations but in many cases the history and recent changes to requirements. Tim's knowledge of FAA and FDOT regulations is impressive. His knowledge extends beyond the normal engineering items related to airport design. Due to his diverse background, he is familiar with a broad spectrum of regulations and requirements which include Federal Aviation Regulations, FAA Advisory Circulars, TERPS, FAA Orders and requirements related to planning, environmental considerations, flight operations and airspace requirements. The Hole Montes team's knowledge was recently demonstrated during planning, design and funding stages for the Page Field Runway and Taxiway Rehabilitation projects. This knowledge benefited LCPA and resulted in project funding and design considerations which were very favorable to LCPA. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 15 1 Page CERTIFIED MINORITY BUSINESS ENTERPRISE NMI HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS Experienced, Knowledgeable, Local Professionals 1111111111111M HOLE MONTES 2: CERTIFIED MINORITY BUSINESS ENTERPRISE MBE COMMITMENT Hole Montes is committed to providing minority business enterprises (MBE) the maximum opportunity to participate in the performance of work and assures Collier County that MBE and/or DBE/WBE firms will have maximum opportunities under this agreement. HM has a long and well- founded relationship with both local and state MBE firms and those nationwide that fully meet the 49 CFR Part 26 eligibility standards. The DBE goal established for this contract is 4.2% of total contract values. The HM Team is committed to assist Collier County and the CCAA in accomplishing its DBE goals for this contract. HM has developed a network of quality MBE, DBE and WBE firms of various disciplines that can provide positive input into your project. We have included two certified Disadvantaged Business Enterprises (DBE) sub -consultants to meet the County's projected DBE goal of 4.2%. Hole Montes' recent DBE opportunity history for design and construction services includes two Runway Rehabilitation projects completed at Page Field for the Lee County Port Authority. The DBE participation efforts consisted of the following: + Rehabilitation of Runway 5-23 & Associated Taxiways 27% of Contract + Rehabilitation of Runway 13-31 & Associated Taxiways 24% of Contract Florida DCF DBE Directory Vendor Pro€ile K. Ofl 01/08/2020 Vender Na.a� 4A1mRh RALTM CONSCG79Lti'C8 XNn CartifiCat loos f'E�'IdE'E Pvoe[ NaYe� 8wlaseo neecrlp tAvw. rQiVIIWWFWA1. I• VSVMZNG SMVI�W N4 11n9 Addr9 PhyviC l Addr—, 557C TFIRG iVE 5570 T_HIU PNR 8TG 4"01 STG R203 FRY WS8T FL 31040- WEST FL 37040- GiaCrlarl•36 Nab6itP, ttmG-6NCSHC_NB1' Cvntaat Wh �FNARA «�4 1:I■ Comsat lhail< SAM1yeswCINC."ET Couetys MGI1R?P Fan. i?W 214-326a CurCent n33R Cortifioatio :_-t:'ir] CertifySaQ Memhei. Florida Dnpartmanr- u[ Trane rtstion ACDEZ 9tst— 11 scat —id, Availability, li cm Tlflcd t1A1 C9 541620 - 8nvirunaw_ntal Cansuliing Services M18d0 - Public RftlatiO AG—iea SA1990 - All eth— PYofeasitxi6l, 0ci-till,, Ad Techni[al S61Viteb 5S_112 - Na—daus wsste CCIlaueiv Available rnrk COU..iIas 47-FaAml-PAA8 I e0-M4M0.oE :a'.ia Nark D-(this 65 T Tieffa, Inc. ]s arrtiHed ululerthe proyieionc of ?Ss aaA =%. I oI. F6mida,l annrc fan a 3u'riod Sinm: 10/2212019 l0 M)N1 111pNACEi1EHi SERVICES u^ Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 16 1 Page PAST PERFORMANCE NMI HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 3: PAST PERFORMANCE Hole Montes has been providing engineering services to airports in southwest Florida for over 22 years and has a team of trusted sub -consultants with a long and successful history of working together on multiple airport projects. In the past five years Hole Montes has successfully completed four runway, taxiway design and construction projects in southwest Florida as prime consultant. These projects account for over 83,000 tons placed asphalt. The projects completed in southwest Florida in the last five years are: IMM Runway 9-27 and Associated Taxiway Rehabilitation; FMY Runway 5-23 and Associated Taxiway Rehabilitation; IMM Taxiway B Rehabilitation; FMY Runway 13-31 and Associated Taxiway Rehabilitation; FMY 24,000 SF Bulk Hangar and Apron. Hanson has also completed multiple runway and taxiway projects in southwest and central Florida including: Naples Taxiway D extension; Naples Airport Taxiway A Improvements and Holding Bays; Naples New Taxilane F; Arcadia Municipal Airport, Airfield Lighting Improvements; Winter Haven Regional Airport— Gilbert Field, Rehabilitation of Runway 11-29. PAGE FIELD PROJECTS The Page Field projects placed over 60,000 tons of P-401 asphalt on runways and taxiways. These were not just simple mill and overlay projects. They involved major redesign of the taxiway geometry which removed some taxiways, relocated/realigned or added others. The existing pavement sections were highly variable with base material thickness ranging from 5.5 inches to 14.5 inches and the asphalt pavement thickness ranging from 1.5 inches to 13.5 inches. Drainage improvements included over 11,000 linear feet of pipe and installation of 35 drainage inlets. There was a high level of cooperation between the engineer's and the contractor's which resulted in the development of high -quality CAD surfaces which could be used by the grading, milling, and paving equipment. The team worked together to overcome hurdles encountered during the project. Some of these hurdles were from Mother Nature. From the start of the project, we had planned to close both runways in order to do the runway intersection work from June 5 to June 9'h, 2017. We maintained that schedule despite encountering total of 4.83 inches of rain and 30 mph winds over four days, of the five-day shutdown. The runway intersection paving was completed at 10:45PM on the 81h of June. 4 '• ` In addition to the paving operations, extensive electrical, lighting and signage work was also completed. As scheduled, at exactly 3:OOPM on Friday, the 9'h of June, Runway 13-31 opened for flight operations. Within seconds of opening the runway the Project Manager was the first to takeoff on the newly paved intersection. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 17 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 3: PAST PERFORMANCE The runway closure had minimal impact on air operation in part due to the maintaining the original closure schedule, which was coordinated with tenants and users long in advance, and second because the weather during the shutdown period was not very conducive to flight operations. This was not our only encounter with weather on this project. Tropical Storm Emily rolled through on July 31, 2017 dropping another 1.44" of rain with winds of over 30mph. At the end of August, a no -named storm dropped 14.27" of rain over a four -day period. If that all was not enough, fourteen days later Hurricane Irma passed through on September 10, 2017 dropping another 4.04" of rain with 72 mph winds. In addition to the weather, we encountered more rock than anticipated which challenged the underground electrical and drainage work. At times we encountered old runs of electrical/communication lines that had been abandoned in place. Runway 5-23 had at one time supported commercial airline operations. EVERGLADES AIRPARK PROJECTS Hole Montes has a successful history of being involved in numerous projects at Everglades Airpark going back to 1999. We firmly believe that the experience and expertise of our firm and our staff qualify us to successfully deliver our Professional Engineering Services to Collier County Airport Authority and Everglades Airpark. + 1999 - Design the north and south taxiway turnouts at each end of Runway 15-33 + 1999 - Obstruction removal within the Runway Object Free Area + 1999 - Creation of a turf tie -down area + 2002 - Runway lighting project + 2004 - Parallel taxiway extensions to the north and south taxiway turnouts + 2015 - Feasibility study for a seaplane base at Everglades Airpark Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 18 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Hole Montes was prime consultant to provide professional design and construction administration services for the Lee County Port Authority's (LCPA) Page Field Runway and Taxiway Rehabilitation project. This project included extensive drainage improvements in addition to the mill and overlay of Runway 5-23 and rehabilitation of Taxiways A, Al, A2, A3, A6, B, C and E. Over 48,000 tons of asphalt were placed. The realignment of Taxiway A and C required extensive re -design of the drainage system. This included 45 acres of infield grading in order to direct the flow to the thirty newly installed inlets. As part of this project, 9,960 feet of new pipe was installed to enhance airfield drainage. Hole Montes provided a 3D CAD surface to ensure adequate drainage flow which allowed the design grades to be met within a half inch tolerance via machine controlled equipment. Use of machine control directly correlated into significant cost savings and expedited all grading and paving operations. Throughout this project, Hole Montes directly worked with Page Field operations staff and LCPA employees to determine all vital design elements. Widespread analysis of the site was also conducted to formulate the best and most cost effective approach to the rehabilitation project. Using the information gathered, Hole Montes determined and developed the requirements for the construction phasing, demolition requirements, pavement thickness, and drainage design in accordance with FAA standards. The HM Team provided a comprehensive security and phasing plan and worked closely with airport staff throughout each phase of the project in order to minimize the impact on aircraft operations. GFA provided geotechnical exploration and testing, as well as use of ground penetrating radar to determine the extent of rock removal required. PROJECT AWARDS: + American Association of Airport Executives - Southeast Chapter (AAAE-SEC) 2018 General Aviation Project of the Year. + Illuminating Engineer Society of North America, Aviation Lighting Committee + National Asphalt Pavement Association —Quality in Construction Award Lee County Port Authority CONTACT: Hector Yanez, P.E. 11000 Terminal Access Rd., Suite 8671 Fort Myers, FL 33913 239.590.4605 hyanez(@flylcpa.com TIMELINE: Completion Date: 2017 TEAM: Hole Montes (Airfield Pavement / Civil Design) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 19 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Hole Montes provided professional design services for Lee County Port Authority's Page Field Runway 13-31 and Taxiway Rehabilitation project. Major work for this project included the mill and overlay of Runway 31-31, rehabilitation of Taxiways B2, B3, D3, A, A3 and an extension of Taxiway E. A total of 13,800 tons of asphalt were placed during the development of this project, in addition to various drainage improvements. The drainage along Runway 13-31 was vastly improved during this project. Previous analysis and pre -construction visits to the site showed that water routinely collected on the northern side of 13-31 and did not adequately drain which resulted in the area frequently not being mowed during the wetter months due to the wet conditions. These drainage deficiencies were fixed by installing 1,344 feet of new pipe and 5 new inlets. The 3D CAD surface allowed contractors to meet design grades within a half inch tolerance via machine control equipment and without the use of grade stakes. This process greatly expedited all grading operations which directly correlated into significant cost savings. Hole Montes directly worked with Page Field operations staff and LCPA employees to determine all key design elements. Widespread analysis of the site was also conducted to formulate the best and most cost effective approach to the rehabilitation project. Using the information gathered, Hole Montes established the requirements for the construction phasing, demolition requirements, pavement thickness, and drainage design in accordance with FAA standards. The HM Team provided a comprehensive security and phasing plan and coordinated with airport staff throughout each phase of the project in order to minimize the impact on aircraft operations. PROJECT AWARDS: + National Asphalt Pavement Association —Quality in Construction Award Lee County Port Authority CONTACT: Hector Yanez, P.E. 11000 Terminal Access Rd., Suite 8671 Fort Myers, FL 33913 239.590.4605 hyanez(@flylcpa.com TIMELINE: Completion Date: 2017 TEAM: Hole Montes (Airfield Pavement / Civil Design) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 20 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Hole Montes was the prime consultant responsible for engineering services for the design and construction for the Rehabilitation of Runway 9-27 at the Immokalee Regional Airport. The primary focus of the project was to relocate the runway 450 feet to the east which required extension of the runway and parallel taxiway and rehabilitate the remaining pavement for the runway and a portion of the taxiway. A significant portion of the project was to regrade the area between the runway and taxiway to conform to FAA safety area standards, remove all ditches and facilitate ease of maintenance. Hole Montes' design included a drainage system (inlets and culverts) for most of the runway length which outletted outside of the aircraft operating area. Due to shallow grade limitations and high water table, Hole Montes included underdrains to drawdown stormwater in the infield. Extensive grading was performed to establish proper surfaces along and at each end of the runway. As a result, all drainage ditches and open water were eliminated within the project limit. Collier County CONTACT: Justin Lobb 2005 Mainsail Dr., Suite 1 Naples, FL 34114 239.642.7878 4ustinlobb colliergov.net TIMELINE: Completion Date: 2014 TEAM: The program also included replacement of the antiquated runway edge / threshold lighting and Hole Montes (Airfield Pavement / Civil Design) signage system and adding REILs and PAPIs for both approaches to Runway 9-27. New edge lighting and signage would be added to Taxiway B. The airfield electrical vault would be replaced and a backup generator installed. The regrading of the turf areas within the runway object free area (OFA) was also included to remove drainage ditches and ponding that interfered with the maintenance of the airfield and create a wildlife attractant. The project also included wildlife hazard management which included the placement of over 7,000 L.F. of wildlife deterrent chain link fence to restrict wildlife access to the airfield. Hole Montes and its environmental consultant, Passarella & Associates, addressed the concern with threatened gopher tortoise. All tortoise within the project limit were relocated outside of the aircraft operating area to an isolated wildlife management preserve. GFA provided the geotechnical exploration and testing, as well as ground penetrating radar to identify possible subsurface cavities under the proposed runway and taxiway pavement. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 211 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: The focus of this project was to rehabilitate a 2600-foot segment of Taxiway B at the Immokalee Regional Airport (IMM) which was not rehabilitated as part of a prior project. The rehabilitation consisted of full depth pavement removal, followed by 12" of subgrade stabilization, 6" limerock base and a 4" asphalt surface placed in two 2" lifts. No drainage or airport lighting improvements were made as part of this project. Hole Montes designed, bid and provided construction services for the Taxiway B Rehabilitation at Immokalee Regional Airport while working concurrently on the both runway rehabilitation projects at Page Field. This project was completed ahead of schedule and under budget, $77,101.88, or 7.9%, under bid. The only change order written was the final rectifying change order which was a net deduct. Substantial completion was achieved over a month ahead of schedule despite the work being done over the holiday period between November 8th and January 24, 2018. Collier County CONTACT: Justin Lobb 2005 Mainsail Dr., Suite 1 Naples, FL 34114 239.642.7878 4ustinlobb colliergov.net TIMELINE: Completion Date: 2018 TEAM: Hole Montes (Airfield Pavement / Civil Design) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 22 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Hanson provided engineering design services for the lighting and rehabilitation of Runway 11/29 at Winter Haven Regional Airport -Gilbert Field. Runway 11/29 is a 100-foot-wide-by- 4,000-foot-long, utility runway. Because the runway is classified as B-I, the project includes narrowing it from 100 feet to 60 feet. The project also includes a redesign of the connections from the runway to taxiways A, C1, C2, D and F to meet current Federal Aviation Administration (FAA) design standards for filets; removing a taxiway connector at D2 that does not meet current FAA requirements; and design modifications to taxiways C1 and D to meet standards. The project will include milling and replacing approximately 50,000 square yards of asphalt. Additionally, the project includes re -grading of the runway safety area, relocating fencing out of the runway safety area, a new airport access gate and runway markings. Hanson also provided design services for the lighting of Runway 11/29. The runway will be lit with medium -intensity runway lights (MIRLs); the design includes duct banks, handholes, splice cans and counterpoise for the MIRLs, as well as associated improvements to the airport's electrical vault to accommodate the runway lighting. Additionally, the scope of services includes all -new guidance signage for the connecting taxiways and crossing runway, upgrades to the existing equipment in the vault and grounding for the airport's rotating beacon. Winter Haven Regional Airport CONTACT: Ashley Udick 2073 Highway 92 West Winter Haven, FL 33881 863.298.4551 audick a@mywinterhaven.com SUMMARY OF PROJECT SCOPE: CLIENT: The project included the design, bidding and construction for the replacement of airport electrical vault and the runway and taxiway lights with the associated cabling and duct work. Mandatory taxi guidance signs were included at the connecting taxiway intersections with Runway 6/24. Additive alternate bids included furnishing and installing an L-881 abbreviated PAPI on Runway 6 with the associated cabling and duct work, installing a 12-foot wind cone, furnishing and installing mandatory taxiway guidance signs at the intersections of Runway 6/24 and Runway 13/31, and at the intersection of Taxiway A and Runway 13/31, furnishing and installing a backup constant current regulator for Runway 6/24 and taxiway. Airfield lighting improvements were required because the existing runway and taxiway lighting were not functioning due to age. City of Arcadia CONTACT: Shelley Peacock 23 N. Polk Avenue Arcadia, FL 34266 863.494.4114 speacock(o-),arcadia-fl.gov Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 23 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 3: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: ■ Taxiway D Extension. Hanson provided professional engineering services for the construction of Naples Airport an extension to existing Taxiway D. The extension is from Taxiway C to the intersection of the Runway 5 extension, opposite the Taxiway Al connector. No intermediate connectors or run-up CONTACT: pads are included. Services included: field surveys, geotechnical subsurface exploration, geometric Kerry Keith layouts, pavement design, stormwater management design and permitting, electrical modifications, 160 Aviation Drive N. signage, pavement markings, bidding services and construction plans preparation and Naples, FL 34104 specifications. 239.262.7216 ■ Taxiway A Improvements and Holding Bay. Hanson was responsible for improvements to kkeith@flynaples.com Taxiway A at Runway End 5 at the Naples Airport. The project included reconstruction of the Taxiway A connection at the Runway 5 approach end to comply with revised FAA design standards for 90-degree entrances to runways. The project also included construction of a new holding bay to improve ground movement operations and reduce delays to departing jet traffic caused by piston aircraft run-up checks and holds for IFR clearance for all aircraft types. The project required relocation of a 16" Sanitary Sewer Force Main and 8" Water Main. Coordination with NAA, FAA, FDOT, SFWMD, and City of Naples Utilities Department was required throughout the project. ■ New Taxilane F. Hanson is responsible for the construction of a new Taxi Lane F (approximately 450 feet in length and 50 feet in width) off of Taxiway B between the Collier County Sheriff's hangar and the ASG Inc. hangar. Associated project tasks include field surveys, geotechnical subsurface exploration, geometric layouts, pavement design, stormwater management design and permitting, electrical modifications, signage, pavement markings, bidding and construction services. ■ Runway 14/32 Safety Area. Hanson assisted the Authority in its effort to correct deficiencies with the Runway 14/32 safety area. In response to an FAA Airport Part 139 inspection to correct runway safety area deficiencies related to drainage structures and new grading requirements, Hanson's proposed improvements included the removal of above ground drainage structure headwalls and placement of fill material to meet the new grading requirements. The project also included the advancement of the ongoing master drainage plan to improve water quality and reduce flooding and standing water by installing more than 5,000 linear feet of new drainage piping. The reduction of the flooding and standing water is expected to decrease the attractant of wildlife, a major safety issue at airports. Project tasks included excavation, drainage pipe installation, embankment, electrical signage and lighting adjustments, asphalt pavement removal, asphalt paving, construction observation, marking and striping, miscellaneous earthwork and sodding. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 24 1 Page Caner CIMInty AdtY nishauve Services Department Prac mr nt Servio ❑ivism Wference Questionnaire Solicitation: 19-7567: Design Services Everglades Airpark Runway Re liabi I i tati on 19-7558: Design Services for 1MM Runway Rehabilitation & Taxiway Extension Projects Reference Questionnaire for: Hole Monies. Inc. (Name of Company Requesting Reference Information) Timothy J. Parker, P.E., C.M. (Name of Individuals Requesting Reference Information) Name: David Morris (Evaluator compacting reference yucsliannaire) limail: Company: Lee County Port Authority (Evaluator's Company completing reffrencc) Collier County has implemented a process that collects rctercncc information on firms and their key personnel to be used in the selection of firms to peri'nrill this prajec:t. The Nome of the Company listed in the Suhjmi above has listed you as a client for which they have prcviously performed Mork. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of l to 10, iNith 10 representing that you were very satisifed (and would hire the firmlindividual again) and l representing that you were very misatisiicd (and would never hire (lie finwindivdival 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: I'MY Runway 13-31 Completion Date: 06!27 2018 Project Budget: S8,200,000 Project Number of Days: 253 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complctc on -time or early). 10 3 Quality of work. 10 A Quality of consultative advice provided on the project. lit 5 Professionalism and ability to manage personnel. I+r 6 Project administration (completed documents, final invoice, final product tumovec invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltily 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 'rO!rAL SCORY, OF ALL I'I*EMS 100 CA r Cot4:pity Adn nisfram aemoes Depx&nert Reference Que5 ionnaire %olicilution: 19-7567 Design Services hverglades A]rpark Runway Rehab]Illation 19-7559- Design Services for MO Runway Rehabilitation:- Taxiway EA -to nsi on Projects Reference Questionnaire for HA- Monies. Inc. (Name of Company Requesting Reference Information) Timothy J. Parker. P.E., C.M. (Name of Individuals kequesting Refcrencc Inforn-Ali on) Name: Chris Rozansky Company Naples Airport (Evaluator completing reference. questionnaire) (Formerly with Venice Airport) (Evaluator's Company completing reference) Emailr croznnskvra Ilona sles.cam FAY- Telephone- 239.643.0733 Collier County has rmpieinanted a process that collects reference information on firms and their key personnel to be used in the selection of firms to prrfann this project. The Name of the Company listed in the Suhject ahovc has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the hest of your kmawledge on a scale of l to I CS, with 10 representing that you were very satisifed (and would hire the funiiindividual again) and 1 representing that you were very unsatisfied (and would never hire the flrmlindivdival again). If you d) not have auFfrcieni knowledge of past performance in a particular area, leave it hlnnk and the item or Form will be scored "0." Project Description: ANC T-hangars & Taxiway Completion Tate' 2012 Project Budget: $939,228 Project Number of Days. Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope), 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of corisultative advice provided on the project. 10 i Professionalism and ability to manage personnel. ICI t Project adininistration (completed documents, final invoice, final product turnover; invoices: manuals or going forward documentation, ctc.) 10 7 Ability to verbally win municate and due ument information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to folkna contract documents, policies, procedures, rules, regulations, etc. 16 10 OvemII comfort level with hiring the company in the future (cuslomer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 coffer Commy Adnvnisrratn� �rvrrtes Clepattmerrt anr,.ra mnn� SMvfir s I :�•,k.r� Reference QucAiannairc 19-756T Design Services Everglades AiTpark Runway Rehab]lltatlon 19.7558: Design Services for 1MMRunway Rehabilitation 3- Taxiway Extension Projects Reference Questionmaire. for: Hoic Montes. Inc. (Nam e o ' Com pang Requesting Reference Inform at ion) Robert L. Murray, PS ('Name of Individuals Requesting Reference Information) Name:7hom2s Vargo Company: Tallahassee Intemational Airport (Evaluator completing reference questionnaire) (Formerly with Collier County Airport) (HvsIuator's Corn pany c[mtplating reference) K 8 sr }.K91.7807 78I8 Collier County has implemented a process that collects reference information on firms and their key personnel to he used in the selection of Firms to perform this project. The Name of the Company lister! in the Subject above has listed you as a Client for which they have previously perllc rmed work. PIeaw a mipletc the survey. Please rsite each c.-riteria to the best of your knowledge on a scale of I to 10, with 10 representing that you were very satmi fed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project. Description: IMM Runway 9-27 Rehab Cumpleticm Date: 2014 Project Budget: $6.7M Project Number of Days: 300 ]teal Citeria Score 1 Ability to manage the project costs (in inimize change orders to scope). 9 2 Ability to maintain project schedule (complete can -tune ca early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. l0 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. W 8 Abiltily to m anage risks and unexpected project circLmtstance& 1 t) 9 Ability to follow contract doctunents, politics, procedures, rules, regulations, etc. 10 10 Overall coin fort level with hiring the company in the future (customer satisfaction). 10 TOTA1, SCORF OF At, 1,1TFA4S 99 CIL CAM-Mty Attrniristralive services Depamnent Pra ram n[ Sa io piwsw Reference Questionnaire Solicitation. 19-7567: Desigo Services Everglades Airpark Runway Rehabilitation 19-7558: Design Services for I M M Runway Rehabilitation & Taxiway Extension Projects Reference Questionnaire for: Hole Montes,Inc. (Name of Company Requesting Reference Information) Timothy 1. Parker, P.E., C.M. (Nance of Individuals Requesting Reference information) Name: Hectm Yane-z Company: Lee County Port Authority (Evaluator completing refere 4m questionnaire) {Evaluator's Company completing reference) Email: hvanez4i'llv1c .cam FAYL Telephone: 239 590, 605 Collier Cmnih• has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform Ibis 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 al' van knowledge on a scale of 1 to 10. with 10 representing that you were very sa6sifed (and wotutd hire the firmrindividuul again) and l 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: FMY Runway 5-23 Rehab Completion Date: €21i512017 Project Budget: $21.908.000 Project Number of Days: 340 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 1 it 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 AbiItity 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). Ill Taw. SCORE OF ALL I'1 .ms 100 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS NMI HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS Experienced, Knowledgeable, Local Professionals HOLE MONTES 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS APPROACH TO RUNWAY REHABILITATION The team will build on its current knowledge obtained during the recently completed Page Field projects. The project approach will go into fine details of how plan to deliver a quality project on time and within budget. This would begin with meeting the Collier County Airport Authority staff to clarify design goals, limits of work, phasing and bidding. The CCAA wishes to rehabilitate Runway 15-33 and raise the runway centerline to an elevation to 5 feet MSL, which would limit future flooding events due to high tides. The current runway elevations appear to vary from about 3 feet MSL at each runway end to a high of about 6 feet. There is slight dip in the center portion of the runway which is 4-5 feet MSL. Correcting the centerline elevation complicates the rehabilitation in the sense that a simple mill and overlay will not accomplish the intent of the project. The paved section of the runway is only 50 feet wide and the FAA and FDOT requires that the minimum runway width be 60 feet. Obtaining the required site evaluation data early in the project is key to meeting the final project deadlines. Survey and geotechnical investigations have a big influence on the design phase of the project and will be some of the first tasks to be completed after NTP. Detailed survey and geotechnical data must first be obtained to determine the best and most economical method to achieve the desired goal. If the variation in elevation is limited to just the runway ends and small portions of the center segment of the runway that could influence the design. Information from the geotechnical testing will provide insight into the existing pavement section, base and subgrade makeup quality, depth and condition. All these factors may impact the rehabilitation methods to be used. Based on information provided in the RPS, it appears that the CCAA preferred alternate is rehabilitate the existing runway pavement and displace the runway thresholds. This is like what was done at Florida's shortest licensed public airport runway at Cedar Key. The FAA recently released AC 150-5370-10H (12/21/18) Standards Specifications for Construction of Airports. This latest AC version added new specification P-207 In -place Full Depth Reclamation (FDR) Recycled Asphalt Aggregate Base Course. The new specification would permit mixing the existing asphalt surface with existing base and subgrade and potentially a limited amount of new rock to create a recycled base course without requesting a Modification to Standards. In areas where additional fill is required, as is the case with both runway ends, the mixed material would be stockpiled next the area of final use. After placement of the fill to the appropriate elevation, the mixed material would be placed over the compacted subgrade. The goal would be to minimize truck traffic on and off the site and while constructing a suitable and economical pavement section for the intended use. Due to the runway length most aircraft will not exceed 12,500 pounds. The pavement design will be for light aircraft under 12,500 pounds. The next step will be to determine the impact to the taxiway pavements as related to changing the runway elevations. It is very likely that the taxiway centerline profiles will need to be adjusted to join the changed runway elevation. The FAA has modified fillet designs for taxiways which are new or being reconstructed. The new fillet design will likely impact lighting signage and possibly drainage structures. Also, the FAA no longer permits direct access from a ramp to a runway. Removing the existing taxiway directly adjacent to the ramp may be required. These items will need to be coordinated with the CCAA and then the appropriate FAA and FDOT staff. The FDOT licensing requirements in 14-60 Florida Administrative Code for minimum runway length requires a minimum available landing distance be 2400 feet. Displacing the threshold is not discussed. The item will require coordination with FDOT Aviation. Other considerations which will be looked at early in the project would be the lighting and signage design. The salt air environment and tidal flooding have a detrimental impact on the lighting and signage. We would look at ways to minimize these negative impacts. The airport is in an environmental sensitive area with multiple protected species near or adjacent to the airpark property and wetlands are in near proximity to many of the paved areas. Early coordination with the WMD, FDEP and ACOE will be critical to timely completion of the project. We have brought on SWCinc. to assist in addressing these types of issues. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 29 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS REVIEW OF EXISTING CONDITIONS Tim Parker, the proposed Project Manager has a "Hands -On" management style and is often on -site during the geotechnical and survey work. He was highly involved with most of the survey and geotechnical work at Page Field. Since Hole Montes and its staff have been involved in multiple projects at Everglades Airpark going back to 1999, we have a historical knowledge of some of the issues that have been encountered during past projects and can apply these lessons learned to this project. CONSIDERATIONS I CHALLENGES Since the FAA did not classify the Everglades Airpark in the FAA's May 2012 General Aviation Airports: A National Asset report, the Airpark is not eligible to receive additional Airport Improvement Funds (AIP). The CCAA currently has unencumbered AIP funds accrued on the behalf of the Airpark prior to it becoming unclassified which the CCAA wishes to use before they expire. The FAA has indicated that is will not carryover AIP funds into future years for unclassified airports so it is critical that the project proceeds quickly. CCAA has worked with a consultant to develop alternatives to resolve the deficient Runway Safety Areas (RSAs). The preferred option indicated was to maintain the runway length, displace the thresholds and raise the runway centerline profile to 5 feet MSL. Though not specifically stated in the report, the paved runway width should be widened to 60 feet, lights and signage should be replaced and the taxiway connector to the ramp should be removed and to comply with the current AC requirements. The fillet geometry of the existing taxiways should be evaluated to determine if it is warranted to change the geometry since the using aircraft are B-1 small. The changed fillet geometry for these size aircraft does not reduce the amount of pavement required. However, it would potentially add substantially to the lighting and drainage structure requirements. This project should also take into consideration seaplane base operations. The project should consider periods of time that the Airpark sees high levels of operation such as stone crab season October 15 to May 15, the Everglades City Seafood festival normally held in February, while the summer months typically have the most chance for hurricanes and storm events with June through September being the most active rain months. Due to the short length and narrow width of the runway, the time required to complete construction can be compressed. Minimizing the amount of material which must be trucked on or off the site will also assist in expediting the project. The plan would be to us as much onsite suitable subgrade material which may be required to be removed for stormwater considerations to balance the amount needed to build up the runway ends. Attention should be paid to not creating unnecessary new hazards to aircraft. 1 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 30 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS PERMITTING Knowledge of Standards and Procedures As a long-standing consultant in Southwest Florida, Hole Montes has an in-depth knowledge of the requirements necessary to meet all local codes, regulations and permits. Hole Montes staff is very knowledgeable of the standards and procedures associated with airport projects including, but not limited to: ■ FAA Airport Advisory Circulars ■ FAA Orders and Engineering briefs including Airport Improvement Program (AIP) Handbook ■ FDOT Design Standards ■ Florida Statewide Airport Stormwater Best Management Practices ■ FAA / FDOT Grant Procedures ■ Florida Procurement Regulations ■ FAA Airport Safety and Security Standards ■ IMM Safety and Security Procedures including operation of vehicles on airport property • FDEP Mangrove Alterations In addition to Hole Montes' extensive airport experience, Hole Montes has been involved in permitting and designing major land development projects in southwest Florida over the past 50 years. The combined experience of the staff and sub -consultants provides a plethora of knowledge related to standards and procedures specific to the southwest Florida area. This "area" specific knowledge is beneficial during the planning and permitting phases of a particular project. In many cases, the various regulations are not always reviewed and applied consistently across the State, County, District or Community lines. Due to the Hole Montes team's extensive local experience and detailed knowledge of the regulations and procedures, it very likely that our staff have worked with the individual regulators and/or reviewers on previous projects which provides a good understanding of how various standards will be applied to the project. Dealing with stormwater concerns on airports is different than how stormwater is handled in other types of development. This handling often conflicts longstanding norms used by FDEP, Water Management Districts and the USACOE. On airports, water features tend to attract wildlife and are typically hazards to safe flight operations. Florida has acknowledged these differences and the need for special handling and developed the "Florida Airports Stormwater Best Management Practices Manual". Project Manager, Tim Parker, is very familiar with the intent, implementation and design consideration associated with the State of Florida approved guidance documents. Knowledge of FAA and FDOT Regulations and Regulations Tim's knowledge of FAA and FDOT regulations is extensive. His knowledge extends beyond the normal engineering items related to airport design. Due to his diverse background, he is familiar with a broad spectrum of regulations and requirements which include Federal Aviation Regulations, FAA Advisory Circulars, TERPS, FAA Orders and requirements related to planning, environmental considerations, flight operations and airspace requirements. The Hole Montes team's knowledge was recently demonstrated during planning, design and funding stages for the Page Field Runway and Taxiway Rehabilitation projects. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 311 Page I. �2 s 4 5 r I d d II c • � p L 9 E I I IIIIr_ 1_ L I 1 • E n Y F' s= i i o Experienced, Knowledgeable, Local Professionals HOLE MONTES 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS TIME AND BUDGET REQUIREMENTS The HM Team has an exemplary record with meeting schedules and budgets. Projects are routinely met and very often exceed client expectations. Schedule management is an essential element of the overall client communication effort, and will continue to be a focus on this contract. The HM Team has stayed abreast of the latest advances in scheduling, estimating and engineering software, and the training of the firm's professionals which directly relates to the team's ability to predict and meet scheduling and budget demands. All of the production capabilities for the team will be fully integrated and interfaced using Office 365 and Skype for Business, such that the work among all disciplines for each project can be performed on a concurrent schedule using real-time updated drawings files and supporting documents. Airport and County staff will be invited to attend any and all coordination meetings or teleconferences scheduled for project related discussions. All project schedules will be updated not less than monthly to ensure compliance with each deliverable (See Project Schedule on the previous page). Your Project Manager, Timothy Parker, P.E., C.M., has extensive experience in ensuring that design professionals produce within budget and contractors seek alternate, cost effective solutions to changes in the work, and advance only legitimate change order requests for consideration. The HM Team has an established track record of meeting project schedules, even the tightest deadlines, as well as meeting overall project budgets on virtually all of the firm's airfield projects. The HM Team is highly focused on bringing projects in on schedule and under budget. Effective cost control is something that starts in the preliminary design phase. The scope of the project needs to be refined early to make realistic projections as to the overall project cost. These early scopes and project estimates will be used to request and obtain funding for the project. Both the FAA and FDOT frown on engineers and sponsors that consistently underestimate the scope and overall cost of a project. The Project Manager has a proven track record with the FAA, FDOT and sponsors of bringing in projects on time and within budget. The placement of inlets and culverts outside of the runway and taxiway safety areas avoids the need for expensive aircraft rated structures and allows the use of FDOT standards units. Unforeseen conditions are often the cause of cost escalations. The presence of underground rock in the path of drainage structures could result in a change order if not addressed properly by the engineer. The second step in effective cost control is putting together a solid set of plans and specifications. Weak plans and specifications typically open the window for numerous Change Order requests by the contractor which drives up the overall project cost. The construction phase of the project is the final area for maintaining cost control. Quick response and tight control and oversight of the project help to minimize change orders which normally increase cost and extend the schedule. Subcontractor and vendor markets must be evaluated, projected, and integrated into cost estimates. This balance can be best achieved through a proactive cost management (not cost control) approach to the project. The cornerstone of this approach is the continual collaboration between Collier County, Everglades Airpark Staff and the HM Team during the development of the design. Accurate cost estimating can make or break a project. Early estimates are used to plan funding requirements and help determine budgets for all parties involved, FAA, FDOT and the sponsor. The proposed Project Manager has an excellent track record preparing early planning stage estimates and later estimates based on final plans. For example: Page Field Rehabilitation of Runway 5-23 and Associated Taxiways Estimate November 2015 prior to obtaining funding and final design $21,804,000 Estimate at final design stage $19,354,228 Final construction cost $18,268,816 FAA funding for the project was $17,654,727 8.7% Under Engineer's Estimate Page Field Rehabilitation of Runway 13-31 and Associated Taxiways Estimated construction cost November 2015 prior to obtaining funding and preliminary design $7,470,000 Estimate at final design stage $7,766,225 Final construction cost $7,738,037 FDOT funding for the project was $7,422,772 $28,188 or 0.4% Under Engineer's Estimate Both projects were completed under the engineer's estimate, under the original bid price and achieved substantial completion on or ahead of schedule. The HM Team maintains a summary of project cost by for every project completed and also obtains available information on similar FAA and FDOT projects. At the earliest design phases, we compare the project scope, systems and materials to our historical project cost data file. The initial estimate prepares a list of cost items that become more detailed with completeness of design documents. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 33 1 Page Experienced, Knowledgeable, Local Professionals HOLE MONTES 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS TIMELINESS OF COMPLETING QUICK -TURN ASSIGNMENTS The Project Manager and Hole Montes have a proven track record on recent runway and taxiway projects of meeting time and budget requirements. The method we use to accomplish this starts early in the scoping and conceptual phase where you have the most control in setting the time and budget requirements and expectations. As the project progresses you have less ability to change the schedule or the budget. ABILITY TO MEET PROJECT BUDGET & SCHEDULING DEMANDS Time schedules need to be linked to the FAA and FDOT funding cycles. FAA normally wants to see Pre- applications by mid -November, Airspace and Construction Safety and Phasing Plans Mid -March and Plans and Specifications by mid -April this will permit grant execution between July and mid -August. Missing any of these deadlines may mean that the project must wait until the next funding period. The project needs to have a realistic definition of what needs to be accomplished and from there a scope, budget and schedule needs to be developed and coordinated with all interested parties. The more refined the original scope is, the easier it is to develop realistic and attainable budgets and time constraints. Both in the design phase and construction phase, appropriate contingencies need to be incorporated which account for unknown site conditions or unusual weather conditions. We are committed to meeting the Airport Authorities agreed to time and schedule. DEMONSTRATED COST CONTROL Hole Montes is highly focused on bringing projects in on schedule and under budget. Effective cost control is something that starts in the preliminary design phase. The scope of the project needs to be refined early to make realistic projections as to the overall project cost. These early scopes and project estimates will be used to request and obtain funding for the project. Both the FAA and FDOT frown on engineers and sponsors that consistently underestimate the scope and overall cost of a project. The Project Manager has a proven track record with the FAA, FDOT and sponsors of bringing in projects on time and within budget. Unnecessary Change orders should be minimized by developing quality plans and specifications. Opportunities to reduce cost or improve the schedule should be coordinated with the owner, contractor and engineer. Sometimes these opportunities are a result of having a contractor or contractors which have experience, methods or equipment which will result in an equal or better -quality project, in a shorter period and at less overall cost. This was the case with the award -winning Page Field runway and taxiway rehabilitation projects. After the project was bid and awarded, meetings with the entire project team including the owner, engineer, construction manager/general contractor and some key subcontractors resulted in a collaborative effort which set the stage for extreme project success including budget and schedule goals. The CAD files needed to be modified to feed the specific machine control guidance equipment on various pieces of equipment that were being utilized. Working with the earth work and paving contractor we developed a better understanding of what their equipment was looking for and what was not working and why. We coordinated with the CAD software company to develop surfaces which were highly compatible with the machine control equipment. Normally machine control works well where not too many things are changing at once. However, in areas of transition, such as intersections they frequently go off machine control and do it the old fashion way with grade stakes, string lines and manual equipment adjustments. This is a highly work intensive method for accomplishing the task and does not typically result in same quality that we were able to achieve when machine control was used for milling, grading and paving. The four runway and taxiway projects completed by Hole Montes in the past five years were completed on or ahead of schedule and under the bid amount. The net change orders on each project were deducts. PROJECT NAME Bid Amount Net COs Completed IMM Runway 9-27 & Taxiway Rehabilitation $7,232,241.04 ($808.26) 10/25/2014 FMY Runway 5-23 & Taxiway Rehabilitation $18,885,572.18 ($590,238.57) 01/13/2018 IMM Taxiway B Rehabilitation $971,013.74 1 ($77,101.88) 01/24/2018 FMY Runway 13-31 & Taxiway Rehabilitation $7,916,799.15 ($154,009.55) 08/20/2018 TOTALS $35,005,626.11 ($822,159.26) Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 34 1 Page LOCATION "I" HOLE MONTES ENGINEERS - PLANNERS • SURVEYORS Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES 5: LOCATION TEAM LOCATION AND LOCAL KNOWLEDGE The entire Hole Montes team is comprised of individuals who are passionate about the success of the company and the advancement of the communities in which they live and work — Fort Myers, Naples and the multitude of communities to the north, south and to the east. Through our involvement in civic organizations, local non -profits, governmental advisory committees, faith -based organizations, and educational institutions, we give back to the communities that have employed our firm to plan and design their airport and aviation support facilities; roadways and intersections; water and wastewater treatment facilities; parks and recreational facilities; libraries and fire stations; and their residential and commercial developments. Hole Montes' Fort Myers office is 70 miles from the Everglades Airpark. The proposed Project Manager frequently flies into Everglades Airpark from Page Field. The Project Manager is available 24/7 and can be on -site in a very short time, should the need arise. This proximity and the Project Manager's commitment to the southwest Florida area means he will not be inclined to move on to a project outside the local area. Most of our sub -consultants are local or near the project location. This will benefit the County by faster response time and less cost due to travel requirements. The Hole Montes Team is also very familiar with local contractors and construction practices specific to the Collier County / Everglades area. Over the years, Hole Montes staff have developed relationships with airport staff and understand the key issues of the airport. The experience and expertise of our firm and our staff qualify us to successfully deliver the Professional Design Services for Everglades Airpark Runway Rehabilitation for Collier County Airport Authority. FORT MYERS OFFICE & RESONSIBLE OFFICE The Hole Montes' Fort Myers office will be the lead office responsible for managing the day-to-day activities for this project. This office is a fully - networked and independently functioning office staffed with 14 professionals including engineers, CAD techs, surveyors, and administrative support staff located in Lee County for the past 38 years. Hole Montes has been at the present Whiskey Creek office for 15 years. CORPORATE HEADQUARTERS Additionally, Hole Montes' Headquarters in Naples has a fully -staff office with 34 professionals including engineers, CAD techs, surveyors, and administrative support staff. Hole Montes has been located at their current location in North Collier County for the past 20 years. Both offices are networked together so that if necessary, work can be completed from either location. With full -service engineering offices in Fort Myers and Naples, Hole Montes is strategically positioned to provide you with the design and management expertise necessary to achieve success for the Design Services for Everglades Airpark Runway Rehabilitation. Hole Montes has a total staff of 48. Our project managers are seasoned professionals who have the expertise, training and availability to assist you in achieving a successful conclusion. In order to ensure open lines of communication are established from the very beginning of the contract, Hole Montes will coordinate a Project Commencement meeting between its key team members and the County's Project Manager and his or her staff. The objective of this meeting will be to determine the scope of professional services required; as well as the County's schedule and budgetary expectations. Again to foster open lines of communication, and ultimately the successful completion of the contract, Hole Montes will schedule periodic progress meetings to enable the exchange of information and to apprise Collier County and the CCAA of design progress. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 35 1 Page Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES Breadth and Quality of Services Required for the Project 5: LOCATION Hole Montes' Transportation Engineering division has been recognized as one of southwest Florida's leading providers of transportation engineering design and inspection services for many years. The division has provided professional design and management services for some of the area's most populated roadways and for every municipal airport in Lee and Collier Counties, including Southwest Florida International and Naples Airports. From road widenings to roadway extensions; from bridge replacements to runway extensions; from hangars to sidewalks and intersection improvements, Hole Montes continues to play a key part of the growth management plan for southwest Florida. Hole Montes has provided Aviation Design Services at Southwest Florida International Airport, Marco Island Executive Airport, Immokalee Regional Airport, Everglades City, Page Field Airport and the Naples Airport. Projects have included both runways and taxiways with the airport itself and also landside improvements. Sample projects include the Rehabilitation of Runways 5-23 and 13-31 and Associated Taxiways at Page Field Airport; Rehabilitation of Runway 9-27 and the Clearing of Runway Visibility Zone at Immokalee Regional Airport; and the Rehabilitation of Runway 17-35 and Apron at Marco Island Executive Airport. Hole Montes provided the project management and engineering services from conceptual design through construction of the new G.A. terminal complex in the west quadrant of Page Field Airport. The complex includes a new 22,000 sq. ft. terminal building, 24,000 sq. ft. bulk hangar, parallel taxiways to two runways, new 600,000 sq. ft. apron along with landside improvements including a new access road and vehicular parking. A new 24,000 sq. ft. multi -use aircraft storage hangar with 58,000 sq. yds. of additional aircraft parking ramp is currently in the construction phase at Page Field Airport. This project also includes associated site work including modifications to the existing aircraft apron, demolition, grading, drainage, earthwork and utilities to serve the new hangar. Hole Montes also provided Civil Engineering and Survey Services for Collier County Sheriff's Office's Special Operations Building, a two-story, 60,000 sq. ft. building equipped with an 8,000 sq. ft. hangar, located in the North Quadrant of the Naples Airport. The site design required complex coordination with the NAA due to the building's location immediately adjacent to an active runaway. Strict controls were enforced, to ensure that the Airport's operations were not affected by wind blown debris, construction material or unauthorized runway incursions by site workers. Hole Montes is pre -qualified by the Florida Department of Transportation in the following FDOT work groups: ✓ 3.1 Minor Highway Design ✓ 3.2 Major Highway Design ✓ 8.1 Control Surveying ✓ 8.2 Design, Right of Way & Construction Surveying ✓ 8.4 Right of Way Mapping ✓ 10.1 Roadway Construction Engineering Inspection ✓ 10.3 Construction Materials Inspection ✓ 13.5 Subarea/Corridor Planning ✓ 13.6 Land Planning/Engineering Hole Montes has been providing Construction Services including Contract Administration, Construction Engineering and Inspection Services (CEI), Constructability Review and Value Engineering Services to both public and private clients for over 50 years. Working as an extension of CCAA staff, Hole Montes will utilize our resources, local knowledge and experience to provide CCAA efficient and cost-effective service. Several of our staff have OSHA Class II Asbestos Worker Certifications and Safety Awareness Training in Lead and Confined Spaces. From public utilities to large scale transportation projects throughout southwest Florida, our seasoned professionals carry out a variety of project management duties including: selection and management of design consultants, coordination of permitting efforts, involvement with right-of-way acquisition including testifying at Order of Taking hearings and participating in land acquisition mediation, management of CEI activities, construction and contract management, and public involvement during all phases of design and construction as well as briefing senior staff. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 36 1 Page Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES 5: LOCATION Other responsibilities that Hole Montes undertakes include: technical and value engineering review of plans, creation of construction bid documents, interaction with permitting agencies, project closeout documentation, and presentations to both elected officials during board meetings and to the general public during public meetings/hearings. As part of Construction Administration Services, Hole Montes will: • Incorporate all addenda to the bid into a signed and sealed conformed set of contract documents and provide to the CCAA's Project Manager and obtain / assist the CCAA and / or contractor acquire the necessary construction permits. • Review and respond to shop drawings, samples and other data submittals. • Attend the pre -construction meeting. • Review and respond to contractor's / supplier's requests for additional information. • Attend construction progress meetings. • Review and provide recommendations on pay applications. • Perform periodic construction engineering and inspection services during the construction period, sufficient to provide record drawings and certifications. • Obtain / Assist the CCAA with intermediate permitting requirements. • Participate in substantial completion inspections and provide a punch list(s) to the contractor and the CCAA. • Participate in the final inspection. • Prepare and submit to the CCAA, as -built record drawings based on the contractor's redline mark-ups in both hard copy and electronic format (AutoCAD). • Assist the CCAA with final permitting requirements and project closeout. • Assist with Public Information and Relations with our sub -consultant, including website development and updates. As part of Construction Engineering and Inspection Services, Hole Montes will: • Provide full-time or part-time inspection and provide daily reports of the contractor activities. • Assist the CCAA and Engineer of Record in maintaining submittal, RFI and work directive logs. • Assist in construction progress meetings including preparation of agendas and minutes. • Observe construction to verify contractor compliance with plans, specifications, shop drawings and permit requirements. • Assist in resolving RFI's, developing work directives to address unforeseen conditions and reconciliation of work directives upon completion of work. • Provide follow-up services during warranty periods. • Participate in the substantial compliance inspection, maintain punch lists and assist in determining final completion. Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 37 1 Page RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM "I" HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS Experienced, Knowledgeable, Local Professionals Dim HOLE MONTES G: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM In the past five years, Hole Montes Aviation Group has completed multiple runway and taxiway projects in southwest Florida including projects at IMM and Page Field. The total amount of asphalt placed was over 84,000 tons. We are currently working on multiple hangar and apron projects. The largest hangar project is a 24,000 square feet multi -use Hangar at Page Field was completed in November, 2019. We are currently working on the following design projects for Immokalee Regional Airport: Taxiway C Extension and Runway 18-36 Rehabilitation. We anticipate the Taxiway C Extension design to be bid in April, 2020 and the Runway project in May, 2020. We are actively looking for our next major project. We would like to make the Everglades Airport Runway Rehabilitation our next key project. Hole Montes experience with our primary sub -consultants has always been good. They meet the required schedules and deadlines set for the project. That is why we continue to use them. All members of the Hole Montes Team are prepared to bring forth the full resources necessary to provide for timely, responsible, and cost-effective planning and design solutions to the Design Services for Everglades Airpark Runway Rehabilitation for Collier County Airport Authority. The personnel highlighted throughout this proposal will be available for and shall be assigned to this contract. The team is poised and ready to serve CCAA and has the ability to take on additional work as needed while offering the breadth and quality of services required for this contract. Hole Montes staff have over 22 years of experience in designing various airport projects and its staff is very knowledgeable of the standards and procedures associated with airport projects. These projects range from terminal and hangar buildings, airfield pavement, lighting signage and NAVAIDs and landside improvements. In addition to Hole Montes' extensive airport experience, Hole Montes has been involved in permitting and designing major land development projects in southwest Florida over the past 50 years. The combined experience of the staff and sub - consultants provides and amazing mass of knowledge related to standards and procedures specific to the southwest Florida area. Due to the Hole Montes team's extensive local experience and detailed knowledge of the regulations and procedures, it is very likely that our staff have worked with an individual regulator and/or reviewer on previous projects and have a good understanding of how various standards will be applied to the project. Key factors that affect Hole Montes' ability to take on additional work are the location, diversity and flexibility of the staff and current backlog status. Hole Montes staff have adapted to the peaks and valleys associated with typical engineering and development projects and work as a team to complete projects. 1 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation 38 1 Page REQUIRED SUBMITTAL DOCUMENTS NMI HOLE MONTES ENGINEERS - PLANNERS - SURVEYORS o 7 Du'Y Administrative Services Di Date: January 3, 2020 Email: Sarah.Hamilton@coIliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum # 1: 20-7692 — Design Services for Everglades Airpark Runway Rehabilitation The following change is made to the above -mentioned Collier County solicitation: This Addendum is to add a non -mandatory pre -proposal conference: I'IIE PROPOSAL CONFERENCE DATEITIME. JANUARY 9, 2020 AT 3:00 PM LOCATION, Fverglades Arpark, 650 R.C. Airpark. R.d., F,verglades City, F1, 34139 If you require additional information, please post a question on the Online Bidding site or contact me at the information noted above. d return a copy of this Addendum with your submittal for the above referenced solicitation. Richard E. Brylanski, P.E. - Vice President 0//2112020 Date Hole Montes, Inc. (Name of Firm) Co-irer Conn-o Administrative Services n Date: January 15, 2020 Email: Sarah.Hamilton@colliercountyfl.gov Telephone; (239) 252-8987 Addendum 2 From: Sarah Hamilton, procurement Strategist To: Interested Bidders Subject: Addendum # 2: 20-7692 — Design Services for Everglades Airpark Runway Rehabilitation The following clarifications are issued as an addendum identifying clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Please see the following additional document(s): 1. FAA ORLANDO AIRPORTS DISTRICT OFFICE — CATEGORICAL. EXCLUSION {CATER} SHORT FORM If you require additional information, please post a question on the Online Bidding site or contact me at the information noted above. sign below anlreturn a copy of this Addendum with your submittal for the above referenced solicitation. (Slgnature) Hole Montes, Inc. (Name of Firm) Richard E. Brylanski, RE, - Vice President 01/21/2020 Date CoMer County Administrative 5eNws Department Rocuromant Services Diuislan Form 1: Vendor's Non -Response Statement The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this solicitation, please indicate the reasons) by checking the item(s) listed below and return this form via email noted on the cover page, or mail to Collier County Government, procurement Services Division, 3295 Tainiami Trail East, BLDG C-2, Naples, FL 34112, We are not uesponding to the solicitation for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address; ❑ Other reason(s): Name of Firm-, Male Montes, Inc. Address: 6200 Whiskey Creek Dr.1950 Encore Way City, State, Zip: Fort Myers, FL 33919 / Maples, FL 34110 Telephone: 239.985.12001239.254,2000 Email. RI Meng.com Representative Signature: Representative Name: Richard E. Brylanski, P.I*. Date 01/2'1/2020 _ _ Vice President Colvier C01414ty AdministraWa Services Depa*wnt Procurermnt-WvIree Omsm I+arm 2: 'Vendor Check List Undated: October- 24r11 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read cat'efully, sign in the spaces indicated and submit with your Proposal through Bidsyne. Vendor should cheep off each of the following items as the necessary action is completed: ® The Solicitation Submittal has been signed. RA The Solicitation Pricing Document (Bid Schedule/Quote Scheduleletc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. WA Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. ® Proof of status from Division of Corporations - Florida Department of State (If work petffortned in the State) - http://dos.myfl ridgy a.com/surtbiz/. ® Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - httns:l/www.e-vt 6fv avl. [ Grant Provisions and Assurances package in its entirety, if applicahle. ® Reference Questionnaires MUST be included or you may be deemed non -responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: Mole Montes, Inc, Address: 6200 Whiskey Creek Dr. 1950 Encore Way City, State, Zip: Fart Myers, FL 33919 / Naples, FL 34110 Telephone: 239.985-1200 1239.254.2000 Email: Rick Weng.rom Representative Signature: Representati ve Name: Richard E. Brylanski, P.E. pate 01121/2020 Vice President �e-r C;ouM.t y Administrative Services Oeparttnent Pmeuromont Snrrices Division [Forth 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firth has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -- The firm has not had access to nonpublic information as pant 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 currant or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All docwnents 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 mare 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/oragents) certifies, and hereby discloses, that, to the bestof their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: Hole Signature and Date: _ Print Name: Title of Signatory; Richard E. Brylenski, P.E. Vice President 01 /21/2020 ZIN coer County Administra" Senricas Depadment prowrernent Services t7ivislon Pai-n 4. Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect Fair and made in good faith, witllQUt collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal. contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendorstates that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract For these goods andlor services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated with work that is a result of this awarded contract. IN WITNESS Wl-IFREOF, WE have hereunto subscribed our names on this 21 st day of January 2020 in the County of Lee _, in the State of Florida Firm's Legal Name: Hole Montes, Inc. Address: 6200 Whiskey Creek Dr. 1950 Encore Way City, State, "Lip Code: Florida Certificate of Authority Document Number Federal Talc Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Signature by: ('1`yped and written) Title; Fort Myers, FL 339191 Naples, FL 34110 449782 59-1518838 239.985.1200 1239,254.2000 Vice President Richard E. Brylanski, P.E. Additional Contact Information Send payments to: Hole Montes, Inc. (required if different from Company name used as payee above) Jan Burton Contact name: Accounts Receivable Title: Address: 950 Encore Way City, State, ZIP Naples, FL 34110 Telephone: 239.254.2000 Email: Accounting@HMeng.com Office servicing Collier County to place orders (required if different from above) Contact name: Timothy J. Parker, P.E., C.M. Title: Associate / Senior Project Manager Address: 6200 Whiskey Creek Dr. City, State, ZIP Fort Myers, FL 33919 Telephone: 239, 985.1221 Email: TimParker@HMeng.com CO IOT C014ftty Administrative Servioas Department Procummen[ Services DMBl on Form 5:.Immigration AffidavitCertifiention This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor's proposal. Acceptable evidence consists of a copy of the properly completed E-Verity Company Profile page or a copy of the fully executed F Verify Mernorandum of Understanding for the company. failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify tyrosram may deem the Vendor's urottosal as nop responsive I7ttps:llw3yw,efyerifv.trn�j. - 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 sliall 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 tile, 1986 Immigration Act and subsequent Amendnient(s)) and agrees to comply with the provisions of the Memorandum of Understanding with £-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal. Company Name Hole Montes, Inc. Print Name Richard lanski, I.E. Signature Title Vice President Date, 01/21/2020 Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES VerifyWelcome June Sa Company User ID June Sapp Hole Montes, Inc. JSAP5744 Company Information Company Name Company In Number Doing Business As (DBA) Name Hole Monies, Inc. 219629 — DUNS Number Physical Location Whiling Address Address t Address t 950 Encore Way P. O. Box 111629 Address 2 Address 2 City City Naples Naples State State FL FL Zip Code Zip Code 34110 34108 County COLLIER Additional Information Employer identification Number Total Number of Employees Parent Drganiiation 591518838 20 to 99 Administrator Organization Designation Em p loye r Cate g o ry None ofthese categories apply W ew 1 Edit NAICS Code Total Hiring Sites 541 - PROFESSIONAL, SCIENTIFIC, AND 2 TECHNICAL SERVICES Y�nwF t c.-i*l Total Points of Contact 2 1(iew ! FdR, Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation C;a County Ad PrW,UMM.,L serriles oiAk,n Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the Following information for tax reporting purposes from individuals and companies who do business with the. County (including social security numbers if used by the, individual or company for tax reparting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of tite reasolt for collecting this in rormation, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Hole Montes, Inc. (as ,shown on h2come lux relurn) Business Name 4�i f�differ r from Icrxpayer name) Address 950 Encore ay - Florida State 239. 2 54.2000 City Naples 34110 Zip RickBrylanski@HMeng.com Order information (Must be filled out) Address 6200 Whiskey Greek far. Fort Myers FL 33919 City State __ Zip Emall TimParker@HMeng.com 2. Ca►ttpany Status (Check only One) Remit ) Payment Information (Must be filled out) Address 950 Encore Way City Maples FL 34110 State Zip_ Email Accounting@HMang.com _Individual 1 Sole Proprietor Corporation Partnership _Tax Exempt (.Federal income tax-exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification — - 3. Taxpayer Identification Number (for tax repoifingpinposes only) Federal Tax Identification Number (TIN) - (Vendors who do not have a `rl'N, will be required to provide a social security number prior to an award). 4. Sign and Date Fortn: Certification: Under pena1fiesqfpe)jzvj-1rajA& Mal the in oonalion shown on thisform is correcl to my Inrompled e. Signature Date 0112112020 Title Richard E. Brylanski, P.E. - Vice President Phone Number 239.9$5.1200 DIVISION OF CORPORATIONS `I Dr/litili -(if � � I l /.Ord r 1 � �' � J!'_• !' f' f J! � � [III I71jdfiSir jlflf!� I7Illurfrlrr Is_ $u!: Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation HOLE MONTES, INC. Filing Information Document Number 449782 FEI/EIN Number 59-1518838 Date Filed 04/03/1974 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 11/29/2000 Event Effective Date NONE Principal Address 950 ENCORE WAY NAPLES, FL 34110 Changed: 02/20/2001 Mailing Address 950 ENCORE WAY NAPLES, FL 34110 Changed: 03/07/2008 Registered Agent Name & Address Sapp, June T 950 ENCORE WAY NAPLES, FL 34110 Name Changed: 05/03/2019 Address Changed: 02/20/2001 Officer/Director Detail Name & Address Title President, Director TAYLOR, THOMAS M 950 ENCORE WAY NAPLES, FL 34110 Title VP, Director MURRAY, ROBERT L 6200 WHISKEY CREEK DRIVE FORT MYERS, FL 33919 Title Secretary, Treasurer June T. Sapp 950 ENCORE WAY NAPLES, FL 34110 Title VP BRYLANSKI, RICHARD 6200 WHISKEY CREEK DRIVE FORT MYERS, FL 33919 Title VP, Director BENSON, RONALD E 950 ENCORE WAY NAPLES, FL 34110 Title VP, Director Cole, William Terry 950 ENCORE WAY NAPLES, FL 34110 Title VP Murphy, Thomas 950 ENCORE WAY NAPLES, FL 34110 Title VP, Director Mulhere, Robert 950 ENCORE WAY NAPLES, FL 34110 Title VP Schmitt, David 950 ENCORE WAY NAPLES, FL 34110 Annual Reports Report Year Filed Date 2018 03/05/2018 gni a naigaign1 o 2019 05/03/2019 Document Images 05/03/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/24/2019 -- ANNUAL REPORT View image in PDF format 03/05/2018 -- ANNUAL REPORT View image in PDF format 03/20/2017 -- ANNUAL REPORT View image in PDF format 02/18/2016 -- AMENDED ANNUAL REPORT View image in PDF format 02/11/2016 -- ANNUAL REPORT 04/16/2015 -- AMENDED ANNUAL REPORT View image in PDF format View image in PDF format 02/04/2015 -- ANNUAL REPORT View image in PDF format 03/05/2014 -- ANNUAL REPORT View image in PDF format 02/28/2013 -- ANNUAL REPORT View image in PDF format 01/06/2012 --ANNUAL REPORT View image in PDF format 02/22/2011 --ANNUAL REPORT View image in PDF format 02/18/2010 --ANNUAL REPORT View image in PDF format 03/18/2009 -- ANNUAL REPORT View image in PDF format 03/07/2008 -- ANNUAL REPORT View image in PDF format 03/12/2007 -- ANNUAL REPORT View image in PDF format 03/09/2006 -- ANNUAL REPORT View image in PDF format 03/30/2005 -- ANNUAL REPORT View image in PDF format 02/10/2004 -- ANNUAL REPORT View image in PDF format 04/28/2003 -- ANNUAL REPORT View image in PDF format 02/26/2003 -- ANNUAL REPORT View image in PDF format 02/03/2002 -- ANNUAL REPORT View image in PDF format 02/20/2001 --ANNUAL REPORT View image in PDF format 11/29/2000 -- Name Change View image in PDF format 03/24/2000 -- ANNUAL REPORT View image in PDF format 04/14/1999 -- ANNUAL REPORT View image in PDF format 01/22/1998 -- ANNUAL REPORT View image in PDF format 02/19/1997 -- ANNUAL REPORT View image in PDF format 04/05/1996 -- ANNUAL REPORT View image in PDF format 03/22/1995 -- ANNUAL REPORT View image in PDF format 02/03/1995 -- ANNUAL REPORT View image in PDF format 04/03/1974 -- Filings Prior to 1995 View image in PDF format Florida Department of State, Division of Corporations INSURANCE: AND BONDING REQUIREMENTS Insurance? Bond 'Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Ceilifiicate of Exemption issued by the State of Florida is required. Entities that are farmed as Sole Proprietorships shall not be required to provide a proof of exemption. An application ror exemption can be obtained online at liUps://apps-rdfs.com/bocexeiiW(/ 2. ® Employer's Liability S_1,000,000 single limit per occurrence 3. X Commercial General Bodily injury and Property Damage Liability (Occurrence Form) patterned after the current $f1,000,000 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 `Co the maximum extent permitted by Florida law, the ConuactorNendor 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 CantractarNendar in the performance of this Agreement. 5. ® Automobile Liability $JI,000,Ut]0 Each occurrence; Bodily Injury & Property Damage. OwnedNon-owncd/Hit-.d; .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 wark. $ 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 $ _2,000,000� Per claim & in the aggregate ❑ ProEect Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $_ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid band Shall be submitted with proposal response in the farm 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 5a/a 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 Elie State of Florida and insured by the Federal Deposit Insurance Corporation. $, ❑ performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bands contract by Proposers receiving award, and written for 100% of the Contract award amount, (lie cost borne by the Proposer receiving an award. The Perfon nance 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 Ycrk 1.003 8, 9. 0 Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. 'I'he same Vendor shall. provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County muss be named as "ADDITIONAL, INSURED" on the Insurance Certificate for Commercial General Inability 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. M 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 Conti -act Number, or Project Number, or specific Project description, or roust read; For any and all work perforated on behalf of Collier County. 12. ® On all certificates, the Certificate Molder must read, Collier County Board of Cornmissioncrs, 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 Conti -actor. Prerniums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. A It questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 1111 4119 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifioations and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Hole Vendor Signature Print Name Insurance Agency Richard E. Brylanski, P.E. - Vice President BIOS Partners Date 01 /2112020 AgentNante Cheryl Nevins Telephone Number 239.931.3037 _ ! � 71/712020 E [MMIDDIYYYY) acor2oCERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not canter rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cheryl Nevins BKS Partners PHONE TAX 5216 Summerlin Commons BlvdAIC No 239-931-3Q37 ►uc No:239-931-5604 Suite 200 AMIRLEIS: cheryi.nevins(Mbks-partners.com Fort Myers FL 33907-2139 INSVRER(S) AFFORDING COVERAGE NAIC0 License#: L00671Q INSURED HOLEMON-01 Hole Monies, Inc. 950 Encore Way Naples FL 34110 INSURER A : Continental Insurance Com pan 35289 INSURER B: FOCI Insurance Company 10178 INSURERc: American Cas Co of Reading PA 20427 1W7 INSURER D: Lexington Insurance Company INSURER E : 96110171=1 a:iIll yly_rr=I►[nk►,1144 AVARfe]kin ►niLTA 1144 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 TYPE OF INSURANCE 1N OQ SUB" POLICY NUMBER MfDD1YYYY MWDDfYYYP ICY EFF POLICY LTR LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 6=18975 1M12020 1/112021 EACH OCCURRENCE S 1,000,ODD CLAIMS -MADE F OCCUR NTED pRE7AI5ESOEaEoocurrenoe DAMAGE S 100.000 MED EXP (Any one person) S 15,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 x POLICY JECT LOC PRODUCTS - COINPCP AGG S 2,000,000 S OTHER: A AUTOMOBILE LIABILITY Y Y 8080018345 1M12(l20 1/1/2021 COEa ooc.' MBINED SINGLE LIMIT a S x BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per acrid $ NON -OWNED HIRED AUTOS N AUTOS x 10.000 $ PIP A X UMBRELLA LIAB }( OCCl1R Y Y 6080025120 1/1/2020 1NP2021 EACH OCCURRENCE $ 5,0D0,000 AGGREGATE $ 5,000,000 EXCESS LIAB CLAIMS -MADE DED I X I RETENTION $ 1 a OW $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN Y 001-WC20A-78W3 1/1/2020 111P2021 XP� L1TE EEOT RH' OFFICER,MEMBOER EXCLUDED? NERIEX ECUTIVE � N f A E.L. EACH ACCIDENT S 1,000,D00 E.L. DISEASE - EA EMPLOY S 1,000,DDD [Mandatory in NH] IF yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I S 1,0 D,O D C EQUI-LeasedlRented 80800188975 1M12020 1/1/2021 1,ODD Deductible 50,03D D Professional Liability 03171117; 11112020 1/112021 50.000. Dad Per Claim 2,000,000 DESCRIPTION OF OPERA TIONSI LOCATIONS r VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is r"uired) CFRTIFICaTF HOI DFR CONCFI I ❑TIONI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. FOR INFORMATIONAL PURPOSES AUTH IZED REPRESENTATIVE Q 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101 ) The AC0R❑ name and logo are registered marks of ACOR❑ Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 CONTRACTOR COMPLIANCE REQUIREMENT OVERVIEW: DESIGN SERVICES Contracts =/< $225,000 The services performed by the awarded Contractor shall be in compliance with all applicable FAA regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. CONTRACT AND SOLICITATION CLAUSES (1-19) 1. ACCESS TO RECORDS AND REPORTS 2 CFR § 200.333; 2 CFR § 200.336; FAA Order 5100.38 (Contract Clause A1.3 also applies to subcontracts.) CONTRACT CLAUSE A1.3 (Access to Records and Reports): The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 2. BREACH OF CONTRACT TERMS 2 CFR § 200 Appendix II(A) (Applies to contracts=/>$150,000.) CONTRACT CLAUSE A3.3 (Breach of Contract Terms): Any violation or breach of terms of this contract on the part of the Contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The County will provide the Contractor or Consultant written notice that describes the nature of the breach and corrective actions the Contractor or Consultant must undertake in order to avoid termination of the contract. County reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the County elects to terminate the contract. The County's notice will identify a specific date by which the Contractor or Consultant must correct the breach. County may proceed with termination of the contract if the Contractor or Consultant fails to correct the breach by deadline indicated in the County's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 1 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 3. CIVIL RIGHTS - GENERAL 49 USC § 47123 CONTRACT CLAUSE A5.3.1(General Civil Rights Provisions): The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. 4. CIVIL RIGHTS - TITLE VI ASSURANCE SOLICITATION CLAUSE A6.3.1 (Title VI Solicitation Notice): Collier County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. CONTRACT CLAUSES A6.4.1 (Title VI Clauses for Compliance with Nondiscrimination Requirements): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: i) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. ii) Nondiscrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 2 L iii) Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. iv) Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. v) Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it FAA Guidelines for Contract Provisions for Obligated Sponsors and A1P Projects; Issued on June 19, 2018. Page 2 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. vi) Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. CONTRACT CLAUSES A6.4.5 (Title VI List of Pertinent Nondiscrimination Acts and Authorities): During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination in Federally -Assisted Programs of The Department of Transportation —Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minority populations by FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 3 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). 5. CLEAN AIR AND WATER POLLUTION CONTROL 2 CFR § 200, Appendix II(G) (Applies to all contracts and subcontracts that exceed $150, 000.) CONTRACT CLAUSE A7.3 (Clean Air and Water Pollution Control): Contractor* agrees to comply with all applicable standards, orders, and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251-1387). The Contractor agrees to report any violation to the County immediately upon discovery. The County assumes responsibility for notifying the Environmental Protection Agency (EPA) and the Federal Aviation Administration. *Contractor must include this requirement in all subcontracts that exceed $150, 000. 6. DEBARMENT AND SUSPENSION (SUBCONTRACTS) 2 CFR part 180 (Subpart C); 2 CFR part 1200; DOT Order 4200.5 (Applies to contracts and subcontracts of $25, 000 or more.) SOLICITATION CLAUSE A11.3; A11.3.1 (Certification of Offerer/Bidder Regarding Debarment): By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. LOWER TIER CONTRACT CERTIFICATION A11.3.2 (Certification of Lower Tier Contractors Regarding Debarment): The Contractor, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: i. Checking the System for Award Management at website: http://www.sam.gov. ii. Collecting a certification statement similar to the Certification of Offerer Bidder Regarding Debarment, above. iii. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non -compliant participant. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 4 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 7. DISADVANTAGED BUSLNESS ENTERPRISE 49 CFR part 26; 49 CFR § 26.53 REQUIRED PROVISIONS Al2.3; SOLICITATION LANGUAGE Al2.3.1 (Solicitations that include a Project Goal): Information Submitted as a Matter of Bidder Responsiveness The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein: a. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; b. A description of the work that each DBE firm will perform; c. The dollar amount of the participation of each DBE firm listed under (a.) d. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (a.) to meet the Owner's project goal; and e. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. Information Submitted as a Matter of Bidder Responsibility The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR §26.53. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in its commitment within five days after bid opening. f. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; g. A description of the work that each DBE firm will perform; h. The dollar amount of the participation of each DBE firm listed under (£) i. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (f.) to meet the Owner's project goal; and j. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. SOLICITATION LANGUAGE Al2.3.2 (Race/Gender Neutral Means): The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Collier County Airport Authority, as owner of the Collier County General Aviation Airports, to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. Collier County encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a DBE. A DBE contract goal of 4.2 percent has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. The bidder will be required to submit the following information with their proposal on the forms provided herein: (k) The names and addresses of DBE firms that will participate in the contract; (1) A description of the work that each DBE firm will perform; FAA Guidelines for Confracl Provisions for Obligaled Sponsors and AIP Projecls; Issued on Jame 19, 2018. Page 5 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 (m) The dollar amount orthe participation of each DBE firm participating; (n) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet the: contract goal; (o) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made tinder (4); (p) If the contract goal is not met, evidence of good faith efforts. DBE PRIME CONTRACTS Al2.3.3 (Protects Covered by a DBE Frnt;ranu) Contract Assurance (§ 26.13) The Contractor or subcontractor shall not discriminate; on the basis of race, color, national origin, or sex in the performance of this contract, The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DDT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate, which may include, but is not limited to: q) Withholding monthly progress payments; r) Assessing sanctions; s) Liquidated damages; and/or t) Disqualifying the Contractor from future bidding as non -responsible. Prompt Payment Mechanisms (§26.29) The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) days from the receipt of each payment the prime contract receives from the Authority. The prime contractor agrees further to return retain -age payments to each subcontractor within thirty (30) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Authority. This clause applies to both DBE and non -DBE subcontracts. Florida Department Qf rransportatton DBE Cerli Licalion Requirementsfar &4f1 Grant Funded Projects Directory (§26.31) The Authority uses the Florida Unified Certification Program (VL UCP) DBF-Directory, maintained by the Florida Department of Transportation (FDOT). The Directory lists the firm's name, address, phone number, date of the most recent certification, and the type of work the firm has been certified to perform as a DBE. In addition, the Directory Lists each type of work for which a firm is eligible to be certified by using the most specific NAILS code available to describe each type of work. The Florida Department of Transportation updates the Directory at least annually, and periodically, as necessary. The Directory is available for review by contacting: Justin Lobb, Airport Manager, Collier County Airport Authority, 2005 Mainsail Drive, Suite 1, Naples, FL 34114, 239-642-7878. The Directory may be found at htt d ot,state. fl.uslecivaIa p partunii off ice/ Certification Process (§ 26.61— 26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program, The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. rWA aft June 19, 2018. Page6 Exhibit I,A Fedcral ;tviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 For, further information about the certification process or to apply for certification, firms should contact: Florida Department of Transportation (FDOT) Equal Opportunity Office 605 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850)414-4747 Equal Opportunity Office http:/Iw% w.dot.state.fl.us/egLlalOpportUnityOffrcc/ County Administrative Reconsideration (§26.53(d)) Within ten (10) days of being informed by the Authority that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the following reconsideration official: Gene Shue, Operations Support Director, Collier County Airport Authority, 2885 S. Horseshoe Drive, Naples, FL 34104, 239-252-5169. The reconsideration ofticial will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the Authority's administrative reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The Authority will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the US Department of Transportation. S. DISTRACTED DRIVING Executive Order 13513, DOT Order 3902.10 (Applies to subcontracts exceeding $3,500.) CONTRACT CLAUSE A13.3 (Texting When Driving): In accordance with Executive Order 13513, "Federal Lcadership on Reducing Text Messaging While Driving" (10/l/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease Crashers by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. In support of this initiative, the County encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub -tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. !AA Issued oeJuRe 19. 2018, _ Pam 7 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 9. ENERGY CONSERVATION REQUIREMENTS 2 CFR § 200, Appendix II(H) (Applies to subcontracts.) CONTRACT CLAUSE A14.3 (Energy Conservation Requirements): Contractor and Subcontractor agree to comply with mandatory standards and policies relating to energy efficiency as contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). 10. ENVIRONMENTAL ASSESSMENT REQUIREMENT 40 CFR Part 312; Subpart B, Section 312.10 (1-5) 40 CFR 1501.3(b) ASTM E 1528 General Requirements National Environmental Policy Act (NEPA) Regulations, including Part 150 and Part 161 NEPA Implementing Instructions for Airport Actions Order 5050.4B Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 THE ESA PROCESSES: The Contractor will comply with the FAA's Environmental Program Airports — Southern Region, the National Environmental Policy Act (NEPA) and other Federal environmental laws and regulations outlined in Chapter 7 Order 5050.413, April 2006 of The Environmental Assessment determining standard practices for limited environmental due diligence. 11. EQUAL EMPLOYMENT OPPORTUNITY (EEO) 2 CFR § 200, Appendix II(C), 41 CFR § 60-1.4, 41 CFR § 60-4.3, Executive Order 11246 (Applies to contracts and subcontracts=/>$10, 000.) MANDATORY CONTRACT CLAUSE A16.3; A16.3.1 (EEO Contract Clause): During the performance of this contract, the contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identify or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. FAA Guidelines jor Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 8 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 12. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 29 U.S.C. § 201, et seq SOLICITATION CLAUSE. A17.3: All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor or Consultant has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor or Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division 13. LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment; 2 CFR part 200; Appendix II(J); 49 CFR part 20; Appendix A (Applies to contracts and subcontracts=/>$100, 000.) CONTRACT CLAUSE A13.3 (Certification Regarding Lobbying): The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 9 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub --recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 14. OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 20 CFR part 1910 (Applies to contracts and subcontracts.) CONTRACT CLAUSE A20.3: All contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer, hereinafter known as "the Contractor," must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the Occupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. 15. SEISMIC SAFETY 49 CFR part 41 CONTRACT CLAUSE A23.3 (Professional Service Agreements for Design - Seismic Safety): In the performance of design services, the Consultant agrees to furnish a building design and associated construction specification that conform to a building code standard which provides a level of seismic safety substantially equivalent to standards as established by the National Earthquake Hazards Reduction Program (NEHRP). Local building codes that model their building code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. At the conclusion of the design services, the Consultant agrees to furnish the County a "certification of compliance" that attests conformance of the building design and the construction specifications with the seismic standards of NEHRP or an equivalent building code. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June I9, 20I8. Page 10 Exhibit I -A Federal Aviation Min inistration Contract Provisions FAA Funded Airport improvement Program Projects (AIP) Grants CFDA 20.106 16. TAX DELINQUENCY AND FELONY CONViCT1ONS Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (Pub, L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 CONTRACT CLAUSE A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions): The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a clieckmark (✓) in the space following the applicable responseJA. separate form is provided for the certification.) The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is ( ) is not (X ) a corporation that has any unpaid Federal tax liability that has been assessed, Fur which all .judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the trot liability. b) The applicant represents that it is ( ) is not (X ) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 17. TERMINATION OF CONTRACT (Applies to contracm = />$10, 000.) 2 CUR § 200 Appendix .I1(B); FAA Advisory Circular 150/5370-10; Section 80-09 CONTRACT CLAUSE A25.3; A25.3.1 (Termination for Convenience Professional Services): The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and FAA Issued un June 19, 2a1 &. Page 11 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. CONTRACT CLAUSE A25.3; A25.3.2 (Termination for Default Professional Services): Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the failure of the Consultant to: i) Perform the services within the time specified in this contract or by County approved extension; ii) Make adequate progress so as to endanger satisfactory performance of the Project; iii) Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the County: i. Defaults on its obligations under this Agreement; ii. Fails to make payment to the Consultant in accordance with the terms of this Agreement; iii. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and Consultant cannot reach mutual agreement on the termination settlement, the Consultant may, without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the County's breach of the contract. In the event of termination due to County breach, the Engineer is entitled to invoice County and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. County agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause.19. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 12 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 18. TRADE RESTRICTION CERTIFICATION 49 USC § 50104; 49 CFR part 30 SOLICITATION CLAUSE A26.3 (Trade Restriction Certification): By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror - a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S.T.R; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the County if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (d) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (e) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (f) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the County cancellation of the contract or subcontract for default at no cost to the County or the FAA. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on Jane 19, 2018. Page 13 Exhibit I -A Federal Aviation Administration Contract Provisions FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 19. VETERAN'S PREFERENCE 49 USC § 47112(c) CONTRACT CLAUSE A27.3 (Veteran's Preference): In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub -tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam -era veterans, Persian Gulf veterans, Afghanistan -Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C. 632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. FAA Guidelines for Contract Provisions for Obligated Sponsors and AIP Projects; Issued on June 19, 2018. Page 14 EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES FAA GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE. Page Certification and Form GCA-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA--3 Certification Regarding Lobbying GCA-4 Collier County Conflict of Interest Certification GCA-5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA-6 Bid Opportunity List for Commodities and Contractual Services and Professional Consultant Services GCA-7 Acknowledgement of Grant Terms and Conditions GCA-8 Certification Regarding Tax Delinquency and Felony Convictions EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in parab7aph (1)(b) of this certification; and (d) Iiave not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Richard E. BryiagskiJP E. Name Vice President Title Hole Mantes, Inc. I� iriT] Design Services for Everglades Airpark Runway Rehabilitation Project Name RPS 20-7692 Project Number 59-1518838 Tax ID Number 124843178 DUNS Number 6200 Whiskey Creek Dr., Fart Myers, FL 33919 Street , , State, Zip Signature M EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COLINTY Certification Regarding Lobbying (Federal and State) The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf Of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Fedora] appropriated funds .have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with. this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions, (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that ail subrecipients shall certify and disclose accordingly. This certification. is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, _Hole Mantes, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certr ion and dis osure, if any. Signature of Contractor's Authorized Official Richard E. Brylanski, P-E. - Vice Pres. Name of Authorized Official and Title 01121 /2020 Date EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of interest Certification 20-7692 Collier County Solicitation No. 1, Richard E. Brylanski , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the: best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest .1. or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Richard E. Brylanski Name signa e Vice President 01/21/2020 Position Date Privacy Act Statement Title i of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CiaR fart 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the Appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTY IPATION STATEMENT Status will be:4rifwd. UnverifaWe statuaus will require the Pww to either Prorvde a revised statement of provide source datumerltivion that allclates a Status. A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME" ME PRIME FE1DNUMBER COP171PACTDOLL611ANIOUNT Hale Montes, Inc. 59-1518838 TBD 15THE PRIME A FLORMA-CEPTIREO DISADVANTAGtD. -A-"RAN Y NX LS THE ACTIVITY OF THIS CONTRA"— MINORlTYOR WOMEN BUSINESSVITPPPRIit, DBE? Y Nx CONSTRUCTION? t N X jbdE,AteE�vr4EI OP HAVE A SMALL DISADVAMAGEO EUSrNEiS&A CERT1iICAnpe,t TRDMTHE Sr.1ALL>)US1NE55 MBE? v NX CONSUVAY10"? Y N X ADMINISTRATION? ASERVICE415ABLEDVETERAV WOE? Y NX OTHEIN Y x N SDBBA? V N X Is TW5SUBPA155iON A REVISION? V NX F rCS, REV-51014 NUM9EN B. IL PRIME HAS SUBCONTRACTOR Oft SUPPLIER WHO IS A DISADVANTAc3f QMINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEKT SECTION DISE MfVYBE SUEICONTRACIOR OR SUPPLIER TYPE OF WORK OR ETHTNICITY CODE SUE/SUPPLIER PERCENT OF CONTFUCY VETERAN NAME SPECIALTY jSee Rebw) DOLLAR AMOUNT DOLLARS MBE Tierra Gealechnical HA TBD TBD DBE Sandra Walters Consultants Envlronmenlal NMW TBD TBD TOTAL, C. SECTION TO RE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTeIt OA7E TRUE Or suam TIER Richard E, Brylanskl, P.E. 01/21/2020 Vice President EMAIL AIDORESS OF PRIME (SURMrrTER) T1UPP1ONE NUMBER IPAX NUMBER RlckBrytanskl@HMeng.com 239.985.1200 239.985.1259 NOTE; This Information Is used to track and repprt anticipated DBE M M5E Particlpation in fe�Ierall y-tUndEd COntracts The anticpated DEE or MOE amount it voluntary and will not become part of the contractual terms. This fpcm must be Submitted at time of resppnw to a sotidTatlon if and wtlen a%varded a Caunty cantract, the pfirlie will be asked to update the info r nalio�i for the gr ant ccmp,tance fl!es, ITTWtcm toot nfackAmencan OA HupanlC Amerltan HA NatlYe ArnariCan NA son subcom. Asian American Askin-P4eilkAmerman APA Hon -Minority Women NMvv Cttter. not of any other rou fated O D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENTNAME I COWER CONTRA !FElPFP- POIRZG GkAN{TPROGRAMICONTRACT ACCEPTED OY' DATt EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES CU'iL1EP, G!1_4 T LCIMPLIANICE FOP?M, PID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES It is the padicy of Collier County that disadvantaged businesses and minority vendors, as defined in the Code of Federal Regulations (cpR) or Florida Statutes IFS),must have the opportunity to partkip are on contracts with derai and/or state grant assistance. Prune Contractor/'Prime Consultant: Hole Montes, Inc. Address and Phone Number: 6200 Whiskey Creek Dr., Fort Myers, FL 33919 / 239.985.1200 Procurement rsumber/Advertisement Number: RPS 20-7692 The list glow is intended to be a listing of firms that are, or attempting to, participate on the project numbered above. The list must include the firm bidding or quoting as prime, as well as subs and suppliers quoting for participation_ Prime contractors and consultants must provide information for Numbers 1, 2, 3, and 4; and, should provide any information they have for Numbers 5, 6, 7, and a. This form must be submitted with the bid package_ 1. Federal Tax ID Number: 59-1518838 6. DBE S. Annual Gross Receipts 2. Firm Name: Hole Montes, Inc. X B Non -DBE Less than 51 million 3. Phone Number: 239.985.1200 Between $ 1-5 million 4. Address 6200 Whiskey Creek Dr. X Between 5"3-10 million Fort Myers, FL 33919 7.1 11�� 1 Subcontractor Between S 10-15 million 1u-1 Subconsultant More than 515 million 5. Year Firm Established: 1966 1. Federal Tax ID Number: 59-3154723 11���111 6.1 1 DBE S. Annual Gross Receipts 2. Firm Name: Tierra X-1 Mon -DBE Less than $ 1 million 3. Phone Number: 813.989.1354 Between 51-5 million 4. Address 7351 Temple Terrace Hwy. Between $ 5-10 million Tamoa. FL 33637 7• Subcontractor Between 5 on 10-15 milli X Subconsu0tant X More than 5 15 million 5. Year Firm Established: 1992 1. Federal Tax to Number: 65-0975585 6. 1 X 1 DBE 8. Annual Gross Receipts 2. Firm Name: Sandra Walters Consultants Fu-1 Non -DBE X Less than 5 1 million 3. Phone Plumber. 305.294,1238 Between 5 1-5 million 4- Address 4790 S. Cleveland Ave. Suite 2102 Between 5 5-10 million Fort Myers. FL 33907 7- subcontractor Between $ 10-15 million X Subconsultant More than 5 15 million 5. Year Firm Established: 2000 1. Federal Tax ID Number: 6. DBE S. Annual Gross Receipts 2, Firm Name: B Nor -DBE Less than S 1 million 3. Phone Number. Between $ 1-5 mullion 4. Address Between $ 5-10 million 7. Subcontractor Between 5 10-15 million Subconsultant More than $ 15 million 5. Year Firm Established: EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Ij Acknowledgement of Terms, Conditions and Grant Clauses J Flow Down of Terms and Conditions from the Grant Agreement Subcontracts; If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the. Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shal l provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Hole Montes�ti date _ 01 /21/2020 Authorized Signature Address 6200 Whiskey Creek Dr., Fort Myers, FL 33919 Solicitation/Contract # 20-7692 EXHIBIT I.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Offerer/Bidder Regarding Tax Delinquency anti Felony Convictions The Contractor must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications a) The applicant represents that it is { ) is not ( X) a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. b) The applicant represents that it is ( ) is not ( X) is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which al I judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Richard E. Brylanskl, P.E. Vice President Name Title Hole Mantes, Inc, F-JI' it Signature {AAS Experienced, Knowledgeable, Local Professionals IRM HOLE MONTES I STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE EN, NFEHIN RUSINES5 HEREIN IspurNpNZEo uWo[R TnE PROVIMNS OF CHAPTER 471, FLORIDA STATUTES HOLE MONTES, INC. n5 torsi EY E 4-ftL s fL34l0Atu>a -,dbpr I IfFllu NNAAR@ [4177] OWMAWN DATE,-FOIR11 "'SUL7 ObE. Tedh,a,.Ua�,¢r.nN,dF¢r,Amr.rn�armwxwtirYr.ew,.rrar¢.mNaenmmY. FlnclAa DePa,•ei,e„1 nf.ig,1.vF,m•e a„r) ['m,s¢„rer Se,eleea Lrm— L,ii1772 13r 0, ,Fk-, TWI5 vreron .d MapPe�s E%Puinn�A [,nl+ FeLNa,) fib, 7r)11 .if�OF �ruilarh,�e Ykxyiv TNlahasuN Fioridn v]3'l?�aUO Professional Surveyor and Mapper Easiness License 31L.I�l,nic SWlYlci EOLL' LIOICTGS INC 9R EY'COBL IVAT NAPLPS. EL 3i110 rIP1u ` Cf1A1h1I5�'[[]NER [1F A(1RECL2TVRC COLLWCOUWIYBU31NESSTAX mmMTAxealeER: 7411N CULLER LWRrF TL[ rAUFCIDR-aM R r.OREESNUE UPW6-NAflF%� 311EI-mt 7yS Yglf OYIR YYE95REAi:.aEwrx9 avupp TNi3 p[CFy"ExPIRE3 p�rEhlEIER 30, zOt7 I rm No III 'RAY , 1% CQl.� �•�T � � �I•"�w 9uSFE551M'.f1E 35AOWP �kLR.�aL NOIE MTES. INC 5•ATECe WlmllCp.E6YYG rage' OaA9yRCAOCN EG-WERNORII><R$ 0'8%R:AT CCCf'OMI OT Yhu+ears. eXAn fn s11.la.wenmeY FL .T61RC6•�.m�v.,�v� DATE ma1=0 AAOIN �n aowao-DODeeeEn COLLIER COUNTY BUSINESS TAX K1 UTAx IQUR R: EAOA01 L RCUI MFALCml ECTOR- 2ML NORSEIILR �IC�E WRAPIE9 FL1>traa AIN•Ir1AIS1i•MTT >7Srt ouAHY6aff8EPTEw m. 1,i$ RECEfai ITPIRE.°i A /� pgpAr AT ri!pEIY WyES51]fe FL,rlerusEe,raS A1F1' PN9Qf1 FTICORE Yd4Y ' R C0i! FiANY �]n0806C✓7lTWAr"¢IlX`x uwd BL6r 385 o4E STA �Wi L90001Tr1 r t'1.- r EMp1RES. INC c.FssF �,r D. uATe�>xAfu�, -wexAA¢¢e e a na.�A rn e1R. ,+ .nL4TASIS�:1v.L MTE O7a '@ •wO n4 mm R:�r iW-m-OOUL�A� I-" 171. R" HOLE MONTES LICENSING / CERTIFICATION State of .Florida Department of State I certify from the recurds of this uffice that HOLE MONTES, INC. is a corporation organiyAmt under rile laws of the Slate or Florida, filed on April 3, 1974. '!hc docwnent nulnher of this corporation is 449782. I further certify that said corporation has paid all foci duv lhk oflire through December 31, 2019, tlnal its most rcI annual rcpoWuniform business reliort was filed on April 24, 2019, and that its slatus nN active. I further certify that suid corporation lut%suet tiled Amick,, of Dk,,olutfan Cierrll under my hmed and she [ireal.Sca1 f mile State r1f 77nrlda al Talluh¢cxrE•, 11m C'aldfal. M15 fhA li voio• faurrh 44I of,1prll, ?nls Stwretory of Stile rr"IIi.we, VrinAW2 MI Al2S7EAC'C in 4Mthr¢[Icase Ikla WOOL air lids IIr hd I..Ill* Al4,rnirF IM- na nl IIrv- reel urea f4" 1Ac Lapovalmu dlLpinyerl. Illlpr:ffatryxn..lmHirarldMili,Ji:rrl iik'Nk'i IRiI•Ex.� l'erKRr.l.Anl hCMiCa 11u n Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES BRYLANSKI, RICHARD EDMUND 62DO WHISKEY CREEK DRIVL FORT MYERS FL 33919 *-r r� LICENSE NUMBER: PE42339 EXPIRATION DATE: FEBRUARY 28, 2021 Al- verify licenses onlineat MyFloriaaLlcens..— R ill. Do not alter this document in any form. This'is'your lici t. it is unlawful foranyone otherthen the 11—see to. use this doeu art. oam"�-r—a oKe-TC-14oa STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION o A ��EM.sE a�na db".'pr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 6 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TAYLOR, BYRON NIXON 3$33 SE 4TH AVENUE CAPFCDRAL FL 339pn LICENSF NUMBER: PF63931 EXPIRATIONDATE: FEBRUARY 26, 2021 Nways v¢r'Hy licenses online of MyFlorida Llcense.com o, o Do not alter this document in any fe— ' Thiaisronrrrenae.ItisnmavwtwteTanreneetn�rtnanenelleenseemusetNsao�,rnent, oI� HOLE MONTES LICENSING / CERTIFICATION �' Niorida lrcpariment �L Agricuirurc and Consumer Services �J'�rrrs Division LIE(`,on—erServices License Na.: LS$628 Boom oT Professioout Surveyors and Mappers Ezpvaiion Date F.t—.y 28, 2021 2005 Apalachee Pk—y Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper License Under the provisions of Chapter 412, Florida Sta[uhe THOMAS M MURPHY HOLE MONTES, INC 950 ENCORE WAY In I NAPLES, FL 34110 �J NICOLE "AIIKTFI" FRIED COv1MiSSIOQER OFAGRICULTURE 16itis.—.,�az Ome-.aa--.-sIe-pp..—„«. an a warns are aRa.vww aIneend . —L.d,, Cw. 411L M'lmae S—. dbl3r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDERTHE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES PARKER, TIMOTHY JOHN 1< 50 TIMBERLAND CIRCLL S ppJJ,, FORT MYERS FL 33919 Si w ,y �- LICENSE NUMBER: PE50062 s� EXPIRATION DATE: FEBRUARY 28, 2021 AI— verify licensesonlineat MyFloridaLlcen-- ❑o ❑' Do not site, this document In any form. OV Th is is your liven se. Itis unlmfu l for anyo mother than the lice n see to use this docu m ant. I UNITED STATES OF AMERICA m DEPARTMENT OF TRANSPORTATION • FEDERa AYUTIONADIRSgTRATKM N NAME THOMAS MICHAEL MURPHY VADDRESS A NATIONALITY USA SEX HEIGHT WEIGHT HAIR EYES Na D.O.B. — M 72 100 BROWN a WAS BEEN Foum TO BE PROPERLY ODALEIED TO EXERCISE THE PRIVILEGES a< E REMOTE PILOT B CERTIFICATE NUMBER 4132931 X DATE Of ISSUE Id APR 201R XN D.�6" V11 ACTING ADMINISTRATOR Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation Experienced, Knowledgeable, Local Professionals oil" HOLE MONTES ' STATE OF FLORIDA DEPARTMENT OF BUSINESS ANO PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS T I[ PROVISIOYi Du OlPPrERR4Tk I FLGRtpA STAP I.1� Rll I[ 7IERPA, INC. � " 'rAn<RA A; i �aRsxv LE ItR�+rw� dbpr srATE OFFLoatoA DEPARTMENT OF &JSINES$ ANO PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS IfcNF[R! IEor[!! N ucfNsco uuU[Rii I[ Trv[v�aDOVISIOM D"CNPPlEP 4Tk. FLDRIpA9TARI:3 FRE15ERICK, ERICK MATTH€W F--- EN1f NUMM6 m �. IFU-mu. �... uE.w...al n..narcwlk. sa�hl4.1r>t �w lNbm.�.... SUB -CONSULTANT LICENSING / CERTIFICATION Tierra, Inc. I. �.mu1rA ��na..IE.FIw�.ulMr �t�,a 1ea.la;.no,;a,swTmof. ror=wmaaaom� IWa)R919 1Ua1199"tl NARADDI dbpr STATE OF FLORIDA LEPARTMENT OF RUSIN£ES AND PROF£5510NAL REGU WTION BOARD OF PROFESSIONAL ENGINEERS NANSON PROFESSIONALSatVICES IINC- sPalrx;8[LO � x de>ue 0 AL] .-u WRPNo YdtEMFE9WMftY16ID1] fu wna.l.a uvrxrJ^mtlnre emu9nrxfeevremuu ieea�ment Florida UCP DEB Directory Vender Profile A. Off O1/011120Z0 Vender Na.LEef SNQIRA KAtYZ4R9 Con Uj,'RXNT5 INC certification: I'F a; MBE F�vet NAYet Bea;Hasa DaeCrip rival RHVIROHHRffTAf. !'tlN4UGT ?!:G 5„dVI'=C+� N 9111ng AddrOaet Phyelc¢2 Addrea8: 5370 THIRD AVE 3570 '_HIU XV.. F11'r 1-11 STE' CZ02 FHS' WEST FL 3SIi4EI- C3S' WBET FL 1301IJ Lifitri4t, 08 watazta, sv11,+ . CO¢tant �arlf ,dblar E[AIEOF FLOIfIUA DEPARTMENTOF BUSINESSAND PROFESSIONALREGUTATION BOARD OF PROFESSIONAL ENGINEERS 111[ vMr[ssKNu: FIGIv[[R I IFP.[!N Is ucCNSFD UNU[R �11[ PPOVISfONF D'QIAPFFA Oil, FLGRIDASTARITv9 RUEL, [)ANIEL R06ERT P-T 11 N xm Fuz NSf WMl6i"Pf�40a Bl If.k�.w�ky�.likwnnTelN lu,w.�urnn,n klkl.e ..m. �f.n.e.�i.,.... dbpr STATLOFFLORIDA DEPARTMENT OF-SINESS AND MLOFESSIONAL REGULATION BOAROOF PROTESSItlNAL ENGINEERS Er+MFRN•+IS ucrluF�uUnrn rHr uWYTFN RROVI�&9N of n?:. ROIimnSTuiur_5 LIGii'fFOOT, KEVIN N. anae _At.crvvav✓+Ix I,axmz �a+ n9� t nVl6 toll m mlynyru lunge rvxunnwilenin^yurreeuumw,ge�+xkmue xr nxumem_ I Slue tys NCtmol7 ?AR I?Ok1 214-2154 Nrre t- nHR Certifi`,.p,tiop. _...--. CB=tl(yi¢g Memder, 'lpraria Daps Timent ,�F TTailsFDrr ar.'I :a ACDBE 9taiv6: N 6tat_ide Availahllity. II C3xt i f 1 et3 i7AS',.$ 34r3ip - Diaf tang SarVlCes 541S2a - Haviranllwntal C¢ilsu7.t.irLg Services 541820 - FdbliO Relations Agameies 541990 - A11 otnnr Proil"siotol, GCi�tiLir, and TeChriCA1 SE iC & 55_112 - Nazax4y 6 Wa Ute Cellemiva 563910 - Re ediatioa Services Available w¢EP. O3mrkfa &7-NIANl-PA08 "0-H4NR0& Availably NorY Dist tiers 65 Collier County, Florida - RPS 20-7692: Design Services for Everglades Airpark Runway Rehabilitation FDOT Florida Department of Transportation RON UCSANTIS 505 Suwannee Street KEVIN J. THIBAULT, P.E, GOVERNOR Tallahassee, FL 32399-0450 SECRETARY May 10, 2019 Robert Murray, Senior Vice President/Principal HOLE MONTES, INC. 6200 Whiskey Creek Drive Fort Myers, Florida 33919 Dear Mr. Murray: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.-1 - Minor Highway Design 3.2 - Major Highway Design Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10. i - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection Group 13 - Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until May 10L_2020 for contracting purposes. Should you have any questions, please feet free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. W-90MU 20 Sincerely, Carliayn Kell Professional Services Qualification Administrator www.fdot.gov