Loading...
Agenda 04/13/2021 Item #16E6 (Administrative Report)04/13/2021 16.E.6 EXECUTIVE SUMMARY Recommendation to approve the administrative report prepared by the Procurement Services Division for disposal of property and notification of revenue disbursement. OBJECTIVE: To promote accountability and provide transparency to the public and gain the Board's approval/ratification for the sale, trade-in, or disposal of surplus property. CONSIDERATIONS: In accordance with the County's CMA 5809 Managing Personal Property and Consumable Supplies and pursuant to Florida Statute Chapter 274 Tangible Personal Property Owned by Local Governments, the Procurement Services Division produces a regular Administrative Report of County surplus, disposal, and revenue disbursement. Procurement Services is responsible for the redistribution, sale, or disposal of surplus property. Division Directors are responsible for the accountability of all assigned County property. Procurement Services maintains an accurate and accountable surplus property management program in accordance with state guidelines for accountability and to obtain maximum revenue for disposal of the County's property. Throughout the fiscal year, divisions determine if asset items are broken or have no useful value, and those items are recycled or trashed and stated on this report. If surplus items are no longer needed, but still have value, then they are disposed of in one of the following ways: trade-in or sent to surplus. Once assets are disposed, these items are reported to the Board. Items sold at auction are also reported. FISCAL IMPACT: There were no on-line sales in this period. There were no trade-ins and disposed assets had no net book value. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality, and requires majority vote for Board approval. -JAK GROWTH MANAGEMENT IMPACT: There is no Growth Management Impact associated with this action. RECOMMENDATION: To approve the surplus, disposal, and revenue disbursement report as prepared by the Procurement Services Division. Prepared by: Cat Bigelow, Procurement Operations Manager, Procurement Services ATTACHMENT(S) Executive Summary_ back up for BCC (PDF) Packet Pg. 1362 16.E.6 04/13/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.6 Doe ID: 15394 Item Summary: Recommendation to approve the administrative report prepared by the Procurement Services Division for disposal of property and notification of revenue disbursement. Meeting Date: 04/13/2021 Prepared by: Title: Supervisor - Operations — Procurement Services Name: Catherine Bigelow 03/24/2021 8:58 AM Submitted by: Title: Manager - Procurement — Procurement Services Name: Sandra Herrera 03/24/2021 8:58 AM Approved By: Review: Procurement Services Procurement Services Administrative Services Department Procurement Services Administrative Services Department Office of Management and Budget County Attorney's Office Office of Management and Budget Grants County Manager's Office Board of County Commissioners Opal Vann Level 1 Purchasing Gatekeeper Catherine Bigelow Additional Reviewer Paula Brethauer Level 1 Division Reviewer Sandra Herrera Additional Reviewer Len Price Level 2 Division Administrator Review Debra Windsor Level 3 OMB Gatekeeper Review Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Laura Wells Additional Reviewer Therese Stanley Additional Reviewer Dan Rodriguez Level 4 County Manager Review MaryJo Brock Meeting Pending Completed 03/24/2021 9:03 AM Completed 03/24/2021 9:05 AM Completed 03/24/2021 9:54 AM Completed 03/24/2021 11:25 AM Completed 03/25/2021 9:16 AM Completed 03/25/2021 9:35 AM Completed 03/25/2021 10:01 AM Completed 03/25/2021 10:44 AM Completed 03/29/2021 10:43 AM Completed 03/29/2021 11:56 AM 04/13/2021 9:00 AM Packet Pg. 1363 16.E.6.a Type of Disposition Reason Custodian BCC or C—titunoo.I on��e Responsible Cost Center SAP Asset # Inventory County Asset# Description Serial # Approx. Net Book Trade -In Value SCRAP NO LONGER VIABLE JEFF WALKER BCC 121640 30028458 20060700 2001 CYBEX BACK EXTENSION 471191V114137 $ $ SCRAP NO LONGER VIABLE JEFF WALKER BCC 121640 30028453 20020597 CYBEX VR2 SEATED LEG PRESS $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004730 CC10003702 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BFRDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004731 CC10003703 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BTSDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004733 CC10003705 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BGRDQI $ $ SCRAP I NO LONGER VIABLE CHARLES RICE COC 421535 30004736 CC10003708 I DESKTOP MINI TOWER DELL OPTIPLEX 780 96HRDQ1 $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004737 CC10003709 DESKTOP MINI TOWER DELL OPTIPLEX 780 96HSDQ1 $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004738 CC10003710 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BJQDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004740 CC10003712 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BJSDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004749 CC10003721 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BMSDQ1 $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004751 CC10003723 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BNRDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004761 CC10003733 DESKTOP MINI TOWER DELL OPTIPLEX 780 9BRSDQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004776 CC10003905 DESKTOP MINI TOWER DELL OPTIPLEX 780 BCUZQI $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421535 30004728 CC10003611 DESKTOP MINITOWER DELL OPTIPLEX 780 DZCNCP1 $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 1 421535 30004729 1 CC10003612 DESKTOP MINITOWER DELL OPTIPLEX 780 DZCMCPl $ $ SCRAP NO LONGER VIABLE CHARLES RICE COC 421540 30033014 CC10001494 PRINTER HP U 4015TN CNDY330078 $ $ SCRAP NO LONGER VIABLE DAN SUMMERS BCC 144210 30008577 CC10002735 MODULAR ICE MAKER ICE-O-MATIC 250FA W/ a-40-S BIN #09081280012834 Totals-1$ $ i 0 t+ :i 4- 0 Z CIO R iA 0 Q �_ 6 L Q 0 L M LO U U m L 0 Q Y V R I R E E 3 d r 3 r, X W r C E t v R Q Packet Pg. 1364 Co -►er County AIRPORT IMPROVEMENT PROGRAM (AIP) PROFESSIONAL SERVICES FOR AIRPORTS FAA FUNDED Solicitation# 20-7806 FA -_MEN— - . y/ r mmmwftft J DECEMBER 15, 2020 :; , ummummur MENEENNN MALTAIN191,11 MWERNMEN December 15, 2020 Mr. Patrick Boyle, Procurement Strategist Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, Florida 34112 AVCON, INC. ENGINEERS & PLANNERS 1404 Dean Street, Suite 101 Ft. Myers, FL 33901 239.494.5531 awoninc.com RE: REQUEST FORAIRPORT IMPROVEMENT PROGRAM (AIP) PROFESSIONAL SERVICES FORAIRPORTS FAA FUNDED SOLICITATION 20-7806 The Collier County general aviation airports, comprised of Everglades Airpark (X01), Immokalee Regional Airport (IMM), and Marco Island Executive Airport (MKY), are as diverse and complex an airport system as anywhere in Florida, Each airport has a distinct niche and function and serves a variety of operators and activities. The aviation, nonaviation, and users at the airports provide a positive economic impact on the airports, surrounding communities, and the County. AVCON has served as one of your general engineering consultants (GEC) since 2016 and has provided engineering consulting services throughout Florida since 1988. AVCON has been involved in the planning, design, and construction of airport projects with nearly every public agency and district in Southwest Florida, including Collier County, FAA Airports District Office (ADO), Southwest Florida Water Management District (SWFWMD), Florida Department of Transportation (FDOT) District 1, and the FDOT Aviation Office. Most importantly, AVCON has recently worked with County staff and the FAA on the X01 Focused Environmental Assessment and ALP Update and were part of the team for the IMM Taxiway C Extension. AVCON brings this and other relevant expertise to the County and proposes to build on these experiences to the benefit of the County. For over 30 years, AVCON and its key staff members have developed a proven track record of working with the Federal Aviation Administration staff at the Orlando Airports District Office as well as the Regional Office in Atlanta. The firm's open and continuous dialogue with these agencies has allowed AVCON to build hundreds of millions of dollars in airport and airfield infrastructure using the best practices available, including both FAA standards and FAA -approved Modifications to Standards (MOS) where project enhancement was possible with only nominal or no increase in cost. This dialogue has included all levels of the FAA organization from grants and planning, to the various ADO program managers to various levels in the Regional and HQ offices. AVCON has designed airside projects using FAA design standards, from grading and typical sections to pavement strengths, to geometrics and separation standards, to FAR PART 77 requirements and regulations, and lighting. As active participating members of the Airport Consultants Council (ACC) and Illuminating Engineering Society, Airfield Lighting Committee (IES), AVCON is regularly called upon to review and comment on DRAFT Advisory Circulars before the implementation of new design criteria and standards as they are formalized and published. An effective aviation consultant would serve as a partner to help the County and Airport staff navigate FAA policies, processes, and grant assurance requirements to achieve its vision for each airport. CIVIL & STRUCTURAL • AIRPORT & AVIATION CONSULTING • TRANSPORTATION DESIGN & PLANNING The AVCON team will be led by Mr, Robert "Bobby" Palm, PE, who will continue to serve as your Project Manager and primary point of contact. Mr, Palm has 36 years of industry experience as a project manager, project engineer, and construction manager supporting airport development and infrastructure projects at GA and commercial service airports throughout Florida, Mr, Palm specializes in full -service general engineering consulting at general aviation airports and has been providing these services to Collier County for the past 5 years. He has an excellent understanding of the on -site requirements, tenants' operational needs, and expectations of staff attributable to the proposed development projects at X01, IMM, and MKY Mr. Palm will report directly to the County's designated personnel and will operate from AVCON's Corporate Headquarters at 5555 E Michigan Street, Suite 200, Orlando, FL 32822, He can be reached by phone at 407,599.1 122 (office) and 407.467,0961 (cell) and email at rhpalm@avconinecom, Mr, Palm will be assisted in field response during design and construction by Mr. Carlos Roche based out of AVCON's Ft Myer's office at 1404 Dean Street Suite 101, Fort Myers, FL 33901. The AVCON Team members were carefully hand-picked to provide the highest value and experience to the County. AVCON has included the services and support of the following subconsultant team members, and has worked previously with each on similar assignments; • Studio for Architecture (Ft, Myers) — Architectural Services - DBE • Universal Engineering Services (Ft. Myers) — Geotechnical Services • Passarella & Associates, Inc. (Ft. Myers) — Environmental Planning • EF Gaines Surveying Services, Inc. (Ft. Myers) —Surveying Services - DBE The AVCON Team has unparalleled qualifications to support the County on this assignment. Some qualification highlights include; • AVCON Team's Project Manager and team leaders for Planning, Engineering, and Construction Services have a wealth of prior relevant experience with Collier County and X01, IMM, and MKY, which eliminates any learning curve; • AVCON is the right -sized firm, with hands-on working Principals and both recent and relevant general aviation airport experience, to best support the County's airport program; • AVCON brings extensive, relevant, and award -winning project experience and excellent relationships with FAA and FDOT District 1 personnel for project -related discussions, including funding eligibility; • In accordance with FDOT regulations, AVCON has performed independent (3rd party) Construction Engineering and Inspection (CEI) services for FAA AIP projects, This includes the recent Sebring Terminal Apron Rehabilitation project (designed by Atkins) and the LaBelle Taxiway Rehabilitation project (designed by AECOM), • The AVCON Team has a thorough knowledge of current regulations/requirements and permitting requirements for the FAA, the FDOT, the Army Corp of Engineers, Florida Building Code (including ADA), the South Florida Water Management District, the Florida Department of Environmental Protection, U.S. Fish and Wildlife, and other regulatory agencies; • AVCON is headquartered in Orlando and will utilize its more proximate offices in Ft, Myers and Ft, Lauderdale to provide even more responsive support to Collier County. AVCON, INC. (AVCON) is pleased to submit one electronic copy of our Statement of Qualifications to provide General Professional Services for Airports (FAA Funded) for Collier County AVCON appreciates your review of our credentials for this role, We are here for the long-term and are the firm and team best suited for a multi -year contract such as the proposed General Professional Services for Airports (FAA Funded). We look forward to serving you and thank you in advance for your consideration in this important role. Per the RPS terms, AVCON acknowledges and accepts the General Bid Instructions. AVCON acknowledges and accepts the Collier county Purchase Order Terms and Conditions, Sincerely, AVCON, INC. da40-4140 • San eep bin,:,,,, Principal -in -Charge Project Manager TAB 1: Ability of Professional Personnel ABILITY OF PROFESSIONAL PERSONNEL Founded in 1988, AVCON serves the aviation, facilities, transportation, and development industries and employs 100 professionals with expertise in all aspects of aviation planning and design; civil engineering, electrical engineering, mechanical engineering, plumbing engineering, fire protection design, utilities coordination and design, and structural engineering; traffic planning and highway design; and a full array of design and construction support services. AVCON has built its reputation on delivering innovative and practical engineering solutions to clients throughout the Southeast, including Collier County Airports. These solutions blend both economic and technological elements to provide an effective approach to all the firm's projects. Whether working on an airfield, roadway, or building facility, AVCON offers high- level technical expertise based on more than three decades of hands-on experience —ensuring the job is done right the first time. AVCON prides itself on partnering with clients in Transforming Today's Ideas into Tomorrow's Reality. AVCON has served as prime consultant for several multi- year airport general consulting contracts as well as various stand-alone projects. The chart on the right highlights some of the airports AVCON has served with continuing consulting services over the past 30 years. As evidence of their long- term commitment to quality and service, AVCON continues to provide exceptional engineering and planning services to some of their earliest clients. ServicesGeneral Consultant .- Matrix Airport _1W Exp. Orlando International Airport, Orlando, FL 31 Orlando Executive Airport, Orlando, FLAmm- 29 Jacksonville International, Jacksonville Executive at Craig, Herlong Recreational & Cecil Airports, Jacksonville, FL (Jacksonville Aviation Authority) 29 auchula Municipal Airport, Wauchula, FL 28 Northwest Florida Beaches International Airport, Panama City, FL 22 Okeechobee County Airport, Okeechobee, FL 19 Orlando Sanford International Airport, Sanford, FL 17 Destin/Ft. Walton Beach, Bob Sikes, & Northwest Florida Regional Airports, Okaloosa County, FL (Okaloosa County Airports) 17 Perry -Foley Airport, Taylor County, FL 13 Zephyrhills Municipal Airport, Zephyrhills, FL 13 Kissimmee Gateway Airport, Kissimmee, FL 12 St, Pete —Clearwater International Airport, Clearwater, FL 10 Gainesville Regional Airport, Gainesville, FL 9 Daytona Beach International Airport, Volusia County, FL 6 Titusville -Cocoa Airport Authority, Titusville, FL 5 Orlando Melbourne International Airport 3 With the competitive nature of the industry, AVCON takes great pride in its ongoing, long-term relationships and looks forward to the opportunity to further build and strengthen its partnership with Collier County and its airports. AVCON's staff has completed essentially every type of airport project, These projects range from airfield pavement designs, lighting and NAVAIDs to airport master plans and condition assessments, hangar developments, security projects, roadway designs, and utility and stormwater improvements, AVCON also provides special services related to airfield lighting evaluation, lightning protection and electrical vault arc -flash and capacity studies utilizing in-house testing equipment and fully -trained staff AVCON prides itself on the firm's long history of success in all projects based on: • AVCON's ability to listen to clients; • AVCON's expert knowledge of FAA and FDOT standards and industry specifications; • AVCON's big picture yet detailed approach to design; and • AVCON's ability to develop construction phasing plans that minimize operational impacts to airport users. These capabilities result in safe, cost effective, and efficient enhancements while reducing construction impacts to your users. In addition to airfield expertise, AVCON also provides related civil engineering design services for elements more commonly associated with the landside (non -aviation) portion of airports such as land development including utilities, roads, and parking facilities; structural, mechanical, electrical, plumbing, and fire protection engineering for hangars, terminals, vaults, and other building infrastructure; and electrical design for primary power distribution. Because an airport includes many elements beyond the limits of the airfield, it is important to consider an independent full -service engineering team that understands the connectivity between the airfield and the supporting infrastructure and can offer an experienced and insightful perspective to development and project execution. AVCON provides this understanding and skill, THE AVCON TEAM The organizational chart on the following page illustrates how the team is organized to deliver the project to the County. In addition, detailed resumes for the proposed Key Personnel are provided at the end of this section. Collier County I PPS NO.: 20-7806 Tab 1 11 ABILITY OF PROFESSIONAL PERSONNEL i Sandeep Singh, PE Principal -in -Charge Master Plan/Airport Layout Plan Mary Soderstrum, AIA, NCARB (AVCON) GA Management Support Tim Shea. AAAE (AVCON) Pavement Assessments & Maintenance Brandon Hiers, PE (AVCON) Environmental Planning Shane Johnson (Passarella & Associates, Inc.) Airfield Electrical Design Carl Johnson, ACE (AVCON) NAVAIDS Mark Goodacre, ACE (AVCON) Stormwater and Permitting Robert Palm, PE (AVCON) Runway, Taxiway & Apron Improvements Brandon Hiers, PE (AVCON) Vertical Construction Inspection Jason Teliszczak (AVCON) Project Architect Cathy Roche, AIA, LEED AP (Studio for Architecture) DBE Mechanical and Fire Protection Zemp Pepper, PE (AVCON) Electrical Sean Day, PE (AVCON) Structural Luca DelVerme, PE (AVCON) Horizontal Construction Inspection Daniel Cruz (AVCON), PE Geotechnical Jeff D'Huyvetter, PE (Universal Engineering Services) Surveying Elizabeth F. Gaines, PSM (EF Gaines Surveying Services, Inc.) DBE Collier County I RPS NO.: 20-7806 Tab 1 12 ABILITY OF PROFESSIONAL PERSONNEL. plPASSARELLA Passarella & Associates, Inc. is a full -service ecological and environmental consulting firm l_ & ASSOCIATESi that prides itself on its experienced staff and long-term established professional working relationships in Southwest Florida, Their firm understands the environmental permitting process and has long-standing working relationships with the local counties, South Florida Water Management District (SFWMD), Florida Department of Environmental Protection, Florida Fish and Wildlife Conservation Commission, Florida Department of Transportation, U.S. Army Corps of Engineers (COE), U.S. Fish and Wildlife Service (USFWS), National Marine Fisheries Service (NMFS), United States Coast Guard, Environmental Protection Agency, and non- governmental organizations like The Conservancy of Southwest Florida. They recognize the importance of pre - application meetings, public information meetings and upfront negotiations. Their experienced staff can assist with post -permit construction observations and compliance monitoring for wetlands and wildlife species in accordance with local, state, and federal agency permits. i - EEF.Gaines Surveying Services, Inc. (EFGaines) is a licensed surveying and mapping firm located in Fort Myers, Florida that has performed design related surveying services to both public and private sector clients since 2002. Elizabeth F. Gaines, PSM, the owner and founder of the firm, has over 30 years of surveying experience and is well known in the Southwest Florida design community. They specialize in providing surveying and mapping services to engineering and architectural firms as well as public agencies. They specialize in providing surveying and mapping services to engineering and architectural firms as well as public agencies throughout Collier and Lee County and elsewhere. Their role as Project Surveyor will be to integrate the overall survey and mapping of project sites and all associated mapping elements needed to meet the requirements of this multi -disciplined approach to projects facilitated under this contract, E.F. Gaines is DBE/MBE/SBE certified. ®UNIVERSAL Universal Engineering Sciences (UES) has provided professional geotechnical engineering ENGINEERING SCIENCES services throughout the United States for over 56 years. Well respected and steeped in culture, UES is considered a pioneer of the industry and stands at the forefront of influential legislature and proven best practices. With nearly 1,600 professionals and over 30 national branches, UES hosts a broad range of services, including Geotechnical Engineering, Construction Materials Testing & Inspection, Building Code Compliance, Environmental, Occupational Health & Safety, and Building Envelope. Their breadth of work includes both public and private clients and consists of projects ranging from rail and transportation to commercial and education. An unmatched passion for their work and pride for contributing to the growth of the communities which they serve is derived from strong, meaningful values grounded in excellence, adi< Architecture Studio for Architecture, Inc is a new, Fort Myers based, woman -owned firm (DBE and WBE certified) established in November of 2019 as a Florida Registered Corporation. The firm's sole shareholders are Cathy Roche, AIA, LEED AP and Ron Reitz, AIA, While new, they are seasoned architects practicing for over 30 and 25 years, respectively. They have extensive experience in public sector work, including fire stations, libraries, community centers, airports, and education projects. Their desire is to create facilities that reflect the vision of the client and the goals of all stakeholders, The firm is licensed in the State of Florida and who's trade categories encompasses architectural and interior design services including planning, design, construction documentation and specifications, job -site inspection, and administration of construction contracts. Studio for Architecture is WBE/DBE certified. Collier County I RPS NO.: 20-7806 Tab ' :, ABILITY OF PROFESSIONAL PERSONNEL ROBERT "BOBBY" PALM, PE Senior Project Manager Mr. Robert (Bobby) Palm has 35+ years (20 with AVCON) of experience as a project engineer and manager supporting general civil and related airport development. Mr. Palm's design experience includes site development and improvements; site layouts; security fencing and access gates; roadway and parking; utilities; drainage and stormwater; taxiway, apron, and aircraft ramp design and construction; water, wastewater, and sanitary sewer; and site preparation. He has worked on both airside and landside facilities, including airfield improvements, security projects, aircraft hangars, roadways, and parking projects at numerous airports throughout the Southeast. Additionally, he has worked on projects that included preliminary and final engineering design, permitting and construction administration services. Mr. Palm has been working on similar projects in Collier County since 2007. As Project Manager, Mr. Palm will oversee the AVCON Team and ensure that projects under this contract will be delivered on time and within budget. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Site/Civil Engineer The scope of this $9.4M project includes a newterminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The newterminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DWV systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. REHABILITATION OF RUNWAY 14-32 Naples Airport, Naples, FL Senior Project Manager The runway project consisted of design, bidding, and construction phase services. Prior to this project, the runway pavement had not required any substantial improvements since the 1970s, and the original underlying construction dated from the 1940s. Both the full-strength pavement and the asphalt shoulders were in relatively poor condition and in need of rehabilitation. The surface was badly oxidized with cracks penetrating mostly full depth down to the base. Therefore, the design called for milling and resurfacing 3 in's and providing an Asphalt Rubber Membrane Interlayer (ARMI) to prevent crack reflection through the newly paved asphalt structure. The limits of the pavement rehabilitation included tie-ins to the twelve intersecting taxiway connectors and to the main intersection with the primary runway. TAXIWAY A EXTENSION Naples Airport, Naples, FL Senior Project Manager For the $3.8M Taxiway A Extension assignment, AVCON provided planning, design, bid phase and construction phase services, including a new run-up pad to connect to the end of the previously lengthened end of Runway 23. AVCON provided engineering services for the pavement, airfield lighting, signing, and pavement marking for this project. The Taxiway A Extension was an integral portion of the construction that included major water management system improvements. The project included partial reclamation and back -filling of an existing wet stormwater pond to create the safety area necessary for the Taxiway A extension. NORTH GENERAL AVIATION APRON AND TIE -DOWN AREA REHABILITATION Naples Airport, Naples, FL Senior Project Manager This project consisted of the design of pavement rehabilitation of the North CA Apron and Tie -down Area at Naples Municipal Airport. The design included 21,500 sq yds of asphalt pavement milling, full depth removal of 13,000 sq yds of asphalt pavement, 3,600 tons of new asphalt paving, and removal and replacement of 200 aircraft tie -down anchors. AVCON performed this design in 2016, however bidding and construction did not move forward at that time. These areas have now been expanded to include the hangar taxilanes to the east as part of this current project. Collier County I RPS NO.: 20-7806 Tab 1 14 ABILITY OF PROFESSIONAL PERSONNEL NORTH GENERAL AVIATION RAMP REHABILITATION Naples Airport, Naples, FL Project Manager This $2.2M project consists of design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Airport Terminal. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. The project included 95,000 square yards of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL Senior Project Manager This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. TERMINAL ENTRANCE LOOP ROAD REHABILITATION Gainesville Regional Airport, Gainesville, FL Senior Project Manager The existing entrance loop road system was constructed in 1978 and had not been rehabilitated. The road surface exceeded its expected design life. While the pavement base was very sound, the pavement was more than 35 years old and heavily oxidized. Sun and weather made the pavement surface brittle. Areas of the loop road were showing distress from reflective cracking. The project included milling and overlaying the entrance loop road system in a controlled way, preventing future, piecemeal patching operations, which could have become disruptive to airport operations. SHELTAIR AVIATION HANGARS 15 AND 16 AND EXECUTIVE TERMINAL Orlando Executive Airport, Orlando, FL Senior Project Manager This project consisted of the addition of Hangars 15 and 16 as part of the City of Orlando approved Master Plan for this area. Hangar 15 is 12,800 sq ft with 2,550 sq ft of associated office spaces. Hangar 16 is 9,800 sq ft with 2,100 sq ft of office space. The project included preparation of construction plans for Hangars 15 and 16, a sewer lift station, gravity sewer lines, water and fire line design, entrance road modifications to Livingston Street, and design of the associated parking for the two hangars and FBO building. AVCON provided Preliminary Engineering, Preparation of a Revised City of Orlando Development Plan, Final Engineering (Construction Documents), and Construction Phase Services. AIRCRAFT BULK STORAGE HANGAR Wauchula Municipal Airport, Wauchula, FL Senior Project Manager This project included initial planning, civil and site engineering, specifications, quantity take -offs, cost estimating, bidding services and construction administration in connection with the construction of an approximately 9,600-sq ft single bay aircraft storage hangar at the Wauchula Municipal Airport. AVCON provided a planning overview of the potential layouts for additional hangars to maximize the potential development surrounding the proposed apron and prepared construction plans and specifications for the new hangar. The overall site plans provided for connections to existing well water, sanitary sewer (connected to existing septic tank), electric, and telephone, as well as above ground stormwater conveyance swale to existing stormwater retention facilities. REHABILITATE RUNWAY 9L-27R Cecil Airport, Jacksonville, FL Senior Project Manager This $1.5M project involved the rehabilitation of Runway 9L-27R at Cecil Airport located in Jacksonville, Florida. Runway 9L-27R is 4,439 ft long and 200 ft wide. The scope of the project included a 2-in thick milling and resurfacing a 50-ft wide runway center keel section, and 1.5-in thick milling and resurfacing the remaining 75-ft pavement sections on each side of the center keel. Collier County I RPS NO.: 20-7806 Tab 1 15 ABILITY OF PROFESSIONAL PERSONNEL SANDEEP SINGH, PE Principal -in -Charge Mr. Sandeep Singh has served as President of AVCON since 1997, and continues his professional role as Principal -in -Charge or Senior Project Manager on a wide variety of airport projects for clients throughout the Southeast U.S. Mr. Singh has a Civil, Structural, and Electrical Engineering background and continues to use his expertise in addressing multiple assignments with airfield pavements, lighting, and NAVAIDS. Mr. Singh has championed quality in the firm's projects and many of these projects have been recognized for engineering excellence. Most recently the firm's involvement in the $650-Million Automated People Mover Complex and Intermodal Terminal Facility at Orlando International Airport was recognized by the Florida ACEC with the Grand Conceptor Award for 2018. As Principal -in -Charge, Mr. Singh will leverage his knowledge of aviation fields along with his experience in procuring and managing FAA and FDOT grant programs to guide the team, and be an advocate for the County and Authority. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Principal -in -Charge The scope of this $9.4M project includes a newterminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The new terminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DVW systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. RUNWAY 18-36 REHABILITATION Immokalee Regional Airport, Collier County, FL Principal -in -Charge The purpose of this project is to extend the useful life of the runway pavement, eliminate continuing concerns related to Foreign Object Damage (FOD), upgrade the airfield lighting, and enhance the safety of air operations at the airport. AVCON completed assessment of the existing operating conditions and performance characteristics of the airfield lighting systems. Based on this assessment, all the Runway 18-36 electrical infrastructure is being replaced and upgraded. This includes upgrading the runway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Runway signs are being replaced, and a dedicated sign circuit is being added to separate the runway signage from the runway lighting circuit. The Precision Approach Path Indicator (PAPI) system and the Runway End Identifier Lighting (REIL) system are also being replaced and relocated. RUNWAY REHABILITATION, PHASE I Everglades Airpark, Collier County, FL Principal -in -Charge Phase I of the runway rehabilitation project at Everglades Airpark included a Focused Environmental Assessment (EA) for the rehabilitation of the Runway, as well as a few small planning tasks that seek to bring the Runway's safety areas into compliance with FAA standards. TAXIWAY C EXTENSION Immokalee Regional Airport, Collier County, FL Principal -in -Charge The objective of the Taxiway C Extension project is to shorten the taxi distance from Runway 9-27, and improving the operational safety of the airfield. AVCON provided a complete assessment of existing operating conditions and performance characteristics of the Taxiway C lighting systems. Based on this assessment, the Taxiway C electrical infrastructure is being replaced and extended with the pavement. This includes upgrading the taxiway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Taxiway signs are being replaced or added, and a dedicated sign circuit is being added to separate the signage from lighting circuits. The airfield lighting vault was also evaluated for current code compliance with NEC standards, grounding, arc -flash, and other regulatory standards. Collier County I RPS NO.: 20-7806 Tab 1 16 ABILITY OF PROFESSIONAL PERSONNEL SECURITY ENHANCEMENTS Principal -in -Charge Immokalee Regional Airport, Collier County, FL This $584K project includes design, permitting and construction administration for the installation of access control equipment, supporting wiring, and dedicated primary and back-up power supplies. The project also includes installation of fencing, posts, rails, and gates as well as installation of wildlife fencing, posts, rails, and gates. Additional services include provisions for electrical and fiber optic systems, signage, and pavement repairs. ARFF STATION STRUCTURAL DESIGN Naples Airport, Naples, FL Principal -in -Charge This project consists of Professional Engineering design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Municipal Airport Terminal. The project site contains large tenant hangars, ramps with tie -down anchor positions, T-hangars, row hangars, a self -fueling station, and associated taxilanes. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. Tie - down anchors had to be removed preceding milling and asphalt pavement removal and reinstalled after pavement placement. The project included 95,000 sq yds of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. NORTH GENERAL AVIATION RAMP REHABILITATION Naples Airport, Naples, FL Principal -in -Charge This $2.2M project consists of design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Airport Terminal. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. The project included 95,000 sq yds of asphalt pavement removal/ milling and 12,000 tons of new asphalt placement. EXTEND HANGAR ACCESS ROAD AND MODIFY RETENTION PONDS Wauchula Municipal Airport, Wauchula, FL Principal -in -Charge The project had two main components: Extend Hangar Access Road and Modify Wet Detention Ponds. The first component consisted of constructing approximately 1700 linear feet of main access roadway between the airport's entrance road (Maurice "Sonny" Clavel Road), and the existing access stub road. This component also included painted surface markings, turfing around the perimeter of new construction, and associated drainage to convey runoff via pipes and swales to the wet detention ponds. The purpose of this project was to provide aircraft access and staging for proposed airside T-Hangars and corporate hangars to the east, and future Iandside commercial/industrial lots to the west. A part of the project included the addition of access. The second component consisted of modifying the upper banks of the existing wet detention ponds by excavating the sides from an existing slope of 6:1 to a steeper 2:1 slope, and constructing rubble rip -rap, with filter fabric. This option was chosen due to the Southwest Florida Water Management District's (SWFWMD) rejection of bird balls or bird wires as a wildlife mitigation option. The SWFWMD also required a security fence around the ponds for public safety reasons. SUNSTATE FBO GROUP III AIRCRAFT STORAGE HANGAR AND OFFICE Kissimmee Gateway Airport, Kissimmee, FL Principal -in -Charge This project consisted of construction of 10,000 sq ft Group III Aircraft Storage Hangar and 6,000 sq ft Supporting Offices which included pre-engineered metal building including hangar and office spaces with supporting structure; main balcony with supporting structure; hangar catwalk and rear balcony with supporting structure; fire protection systems; electrical support systems; mechanical and plumbing support systems; components, cladding, and glazing systems; access control systems; and complete site work including asphalt parking lot/access, PCC sidewalks, airside support ramps, marking, potable water/ fire main, and septic system with drainfields. MEP engineering services included HVAC, plumbing, and electrical design services for power distribution, lighting, telephone/data systems, access control and security systems design, and fire alarm design. Collier County I RPS NO.: 20-7806 Tab 1 17 ABILITY OF PROFESSIONAL PERSONNEL CRAIG SUCICH, PE QA/QC Manager Mr. Sucich is a civil engineer with over 22 years of experience managing and designing complex airport projects. He also has extensive experience managing general engineering consulting contracts for airport clients. His areas of expertise include airfield pavement evaluation and rehabilitation alternatives analyses, non -aviation development on airports, and alternate delivery methods such as Design -Build and CM@Risk. He has served as project manager, project engineer, technical consultant, OA/OC manager, construction manager and resident engineer on numerous aviation landside and airside development projects involving gate layout planning, jet blast analysis, site civil, security fencing, security and access control, and other elements associated with the interface between the airside and landside environments. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Construction Administration Liason The scope of this $9.4M project includes a newterminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The new terminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DWV systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. RUNWAY 18-36 REHABILITATION Immokalee Regional Airport, Collier County, FL Project Manager The purpose of this project is to extend the useful life of the runway pavement, eliminate continuing concerns related to Foreign Object Damage (FOD), upgrade the airfield lighting, and enhance the safety of air operations at the airport. AVCON completed assessment of the existing operating conditions and performance characteristics of the airfield lighting systems. Based on this assessment, all the Runway 18-36 electrical infrastructure is being replaced and upgraded. This includes upgrading the runway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Runway signs are being replaced, and a dedicated sign circuit is being added to separate the runway signage from the runway lighting circuit. The Precision Approach Path Indicator (PAPI) system and the Runway End Identifier Lighting (RFIL) system are also being replaced and relocated. TAXIWAY C EXTENSION Immokalee Regional Airport, Collier County, FL Project Manager The objective of the Taxiway C Extension project is to shorten the taxi distance from Runway 9-27, and improving the operational safety of the airfield. AVCON provided a complete assessment of existing operating conditions and performance characteristics of the Taxiway C lighting systems. Based on this assessment, the Taxiway C electrical infrastructure is being replaced and extended with the pavement. This includes upgrading the taxiway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Taxiway signs are being replaced or added, and a dedicated sign circuit is being added to separate the signage from lighting circuits. The airfield lighting vault was also evaluated for current code compliance with NEC standards, grounding, arc -flash and other regulatory standards. SECURITY ENHANCEMENTS Construction Administration Liason Immokalee Regional Airport, Collier County, FL This $584K project includes design, permitting and construction administration for the installation of access control equipment, supporting wiring, and dedicated primary and back-up power supplies. The project also includes installation of fencing, posts, rails, and gates as well as installation of wildlife fencing, posts, rails, and gates. Additional services include provisions for electrical and fiber optic systems, signage, and pavement repairs. Collier County I RPS NO.: 20-7806 Tab 1 18 ABILITY OF PROFESSIONAL PERSONNEL NORTH GENERAL AVIATION RAMP REHABILITATION Naples Airport, Naples, FL QA/QC Manager This $2.2M project consists of design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Airport Terminal. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. The project included 95,000 square yards of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. TERMINAL APRON CPS Sebring Regional Airport, Sebring, FL Construction Manager This $7.1 M project involved the rehabilitation/reconstruction of the Terminal Apron and associated infrastructure and Sebring Regional Airport. The existing concrete pavement, originally constructed in 1943 for the Army, had exceeded its design life and was showing significant pavement distresses. The project was split into two phases. Phase I included the reconstruction of the northern half of the Terminal Apron (49,000 sq yds of PCC), replacement of all the apron stormwater drainage infrastructure, and reconfiguration of both apron connector taxiways. Phase II (scheduled for construction in 2022) will involve the reconstruction of the southern half of the Terminal Apron, installation of a new apron edge trench drain, and replacement of the airfield electrical homerun. AVCON was responsible for Construction Management and full-time Resident Project Representation (RPR) to oversee the construction, assist with grant administration, and ensure the project is completed in accordance with the plans and specifications. Phase I construction began in February 2019 and was completed in April 2020. The project was completed ahead of schedule and within budget. CUSTOMS AND BORDER PROTECTION BUILDING RENOVATION Key West Airport, Key West, FL Project Manager This $2.9M project consisted of renovation of the existing Terminal Building Annex that houses the U.S. Customs and Border Protection Facilities (CBP) at Key West International Airport (EYW). Work included demolition and renovation of approximately 5,000 sf of interior space (approximately'/2 of the building). Demolition included removal of rooftop HVAC equipment, and full removal of all existing interior build -out down to the building shell including existing walls, doors, ceilings, finishes, millwork, furniture fixtures and equipment (FIFE), HVAC, electrical, lighting, plumbing, fire alarm, security, and IT New construction and build -out included new structural infill of abandoned curbed roof openings, roof replacement for approximately 60% of existing roof, HVAC replacement, new electrical (power, data, lighting), plumbing (restrooms, sinks, drinking fountains), interior walls, doors, windows, ceilings, finishes, millwork, restrooms, x-ray screening equipment, furniture fixtures and equipment (FFE), security, IT and access control systems. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL QA/QC Manager This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. TERMINAL BUILDING RENOVATION Mobile Downtown Airport, Mobile, AL Principal -in -Charge This $4.5M project consisted of renovations to an existing metal building. The existing structure did not include space conditioning and was utilized as a storage facility. The building was renovated and reconfigured to accommodate two commercial service gates with associated hold rooms and facilities, airline ticket counters, rental car counters, concession areas, bathrooms, TSA screening areas, baggage make-up areas, baggage claim areas, new curbside, and a new parking lot to accommodate passenger vehicles and rental cars. Design was completed in less than three months. Construction was initiated while the design was being finalized and was completed in less than four months. The entire project (start of design to terminal opening) was completed in less than six months. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. ABILITY OF PROFESSIONAL PERSONNEL CARLOS ROCHE �►�����c�.�►! Deputy Project Manager ■�ry Construction Administrator (Vertical) Mr. Roche joined AVCON's Ft Myer's office to provide Client interface and lead the Aviation Group projects in the area. His vast airport knowledge at large and small airports has helped owners, architects, and engineers complete a wide range of very successful projects. With a focus on General Consulting, Mr. Roche's experience includes master planning scope development, fee negotiation, and project and program management. His strengths include managing design teams from schematic design through closeout, with an emphasis on coordination with stakeholders. His projects over the past twenty years vary from telecommunications/security upgrades to large multi -year renovations that included coordination with airlines, tenants, Transportation Security Administration, and U.S. Customs and Border Protection (CBP). NORTH GENERAL AVIATION RAMP REHABILITATION Naples Airport, Naples, FL Construction Phase Services Administrator This $2.2M project consists of design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Airport Terminal. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed- circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. The project included 95,000 square yards of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. ACCESS CONTROL REPLACEMENT Sarasota -Bradenton International Airport, Sarasota, FL Construction Phase Services Administrator The scope of work for this $1.5M project includes evaluation of the Airport's existing security system infrastructure; preparation of an Assessment Report providing findings during existing system evaluation, test results, and roadmap to be used for the design of the new system; replacement of the Airport's existing access control system, coordination of new unified system requirements with TSA and USCBP; coordination of funding requirements with SRQ and FDOT, and all architectural, structural, electrical, life safety, mechanical, plumbing and civil design required to support the complete security system replacement. TERMINAL EXPANSION AND IMPROVEMENTS Gainesville Regional Airport, Gainesville, FL Construction Phase Services Administrator The scope of this $12.5M project consists of evaluation of the CEP for expansion and the addition of air cooled chiller and pumps; evaluation of space heating hot water system and increasing capacity as well as the addition of a boiler; replacement of 2 air handlers; evaluation of the roof mounted air handlers RTU-1 and RTU-3 for sound considerations and possible relocation; confirming reuse of the electrical service and MSB; providing new power distribution, lighting, telecommunications and data in new gate area expansion as well as WiFi and GPS, and extending the existing systems; providing new VAV air handler and terminal boxes for gate expansion; evaluating existing emergency generator and considering replacement with larger generator or addition of second generator; providing new MEP for restroom renovations on sterile and non -sterile areas; providing replacement of all lighting fixtures in public spaces with LED fixtures and controls; extending existing fire alarm system to gate expansion area; extending existing public address system to gate expansion area; providing MEP for new gate counters in expansion area; and evaluation of the lightning protection system. CUSTOMS AND BORDER PROTECTION BUILDING RENOVATION Key West Airport, Key West, FL Construction Phase Services Administrator This $2.9M project consisted of renovation of the existing Terminal Building Annex that houses the U.S. Customs and Border Protection Facilities at Key West International Airport. Work included demolition and renovation of approximately 5,000 sf of interior space (approximately �/2 of the building). Demolition included removal of rooftop HVAC equipment, and full removal of all existing interior build -out down to the building shell including existing walls, doors, ceilings, finishes, millwork, furniture fixtures and equipment (FFE), HVAC, electrical, lighting, plumbing, fire alarm, security, and IT New construction and build -out included new structural infill of abandoned curbed roof openings, roof replacement for approximately 60% of existing roof, HVAC replacement, new electrical (power, data, lighting), plumbing (restrooms, sinks, drinking fountains), interior walls, doors, windows, ceilings, finishes, millwork, restrooms, x-ray screening equipment, furniture fixtures and equipment (FFE), security, IT and access control systems. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. ABILITY OF PROFESSIONAL PERSONNEL ROB HAMBRECHT, PE Construction Administrator (Horizontal) Mr. Hambrecht has over 20 years of professional engineering and planning consulting experience in almost every aspect of aviation and roadway projects including project funding assistance, conceptual development, project management, contracts, budgeting, engineering design, specification and plan preparation, cost estimates, utility coordination, construction administration, inspection and closeout. He has a successful history of project design and construction administration. TERMINAL APRON CPS Sebring Regional Airport, Sebring, FL Construction Administrator This $7.1 M project involved the rehabilitation/reconstruction of the Terminal Apron and associated infrastructure and Sebring Regional Airport. The existing concrete pavement, originally constructed in 1943 for the Army, had exceeded its design life and was showing significant pavement distresses. The project was split into two phases. Phase I included the reconstruction of the northern half of the Terminal Apron (49,000 SY of PCC), replacement of all the apron stormwater drainage infrastructure, and reconfiguration of both apron connector taxiways. Phase 11 (scheduled for construction in 2022) will involve the reconstruction of the southern half of the Terminal Apron, installation of a new apron edge trench drain, and replacement of the airfield electrical homerun. AVCON was responsible for Construction Management and full-time Resident Project Representation (RPR) to oversee the construction, assist with grant administration, and ensure the project is completed in accordance with the plans and specifications. Phase I construction began in February 2019 and was completed in April 2020. The project was completed ahead of schedule and within budget. SEAPLANE RAMP AND TAXIWAY DESIGN Leesburg International Airport, Leesburg, FL Construction Administrator This $2.6M project for the City of Leesburg included design, permitting, and construct of a taxilane and seaplane ramp at the Leesburg International Airport. The new 800-ft-long by 35-ft-wide asphalt paved taxilane connects with the airfield taxiway system. The 40-ft-wide concrete paved seaplane ramp extends from the taxilane 120 ft into Lake Harris shoreline. A floating dock was also constructed adjacent to the ramp. AVCON was responsible for planning, environmental activities, engineering design, and construction phase engineering services. PAPI REPLACEMENT DESIGN & BIDDING Auther Dunn Airpark, Titusville, FL Construction Administrator The main component of this $241 K project is to construct new PAPI-2 units and electrical infrastructure on both ends of Runway 15-33. The existing PAPI-2 units will be demolished. This project includes Obstacle Clearance Surface (OCS) and Light Signal Clearance Surface (LSCS) survey and penetration analysis. An FAA flight check will be required at the completion of the PAPI-2 installation. Additional work includes improvements to the existing electrical vault to accommodate the new PAPI- 2 units and earthwork and grading around the existing and proposed PAPI-2 locations. The vault roof will also be replaced in this project. T-HANGAR DEVELOPMENT Marion County Airport, Marion County, FL Construction Administrator The Marion County Airport (FAA Identifier X35) is located in the southwest area of the county, 5 miles east of the city of Dunnellon, Florida. It has two active runways: Runway 5-23 at 5,000 ft by 100 ft, and Runway 10-28 at 4,702 ft by 60 ft. The airport is effectively at full occupancy of its available hangar spaces. The airport maintains a waiting list for T-hangars at the airport, currently estimated at 70 units. To partially satisfy this demand, AVCON was tasked with designing these T-hangars and associated site improvements. The delivery method for this project is Design/Build with a pre -selected Contractor. The proposed T-hangars will be approximately 58 ft wide by 230 ft long and each building will house 10 individual fully nested hangar spaces with a nominal width of 42-ft and depth of 33-ft. The T-hangars are of the Pre -Engineered Metal Building (PEMB) manufacturer type. Collier County I RPS NO.: 20-7806 Tab 1 111 ABILITY OF PROFESSIONAL PERSONNEL FUEL FARM UPGRADE Valkaria Airport, Valkaria, FL Construction Administrator This project consisted of the removal and replacement of the existing fuel dispensing equipment in order to provide fuel dispensing at a single location and upgrade dispensing equipment. Components of the project included new fuel pumps, dispensers, hose reels, static grounding reels, fuel piping, automated fuel management system, electrical, and all other ancillary construction. HANGAR FIRE SYSTEM Orlando Melbourne International Airport, Melbourne, FL Project Manager This $3M project consisted of renovations to an existing 77,107-sf-hangar facility to accommodate a new tenant that provides full service maintenance to fueled aircraft. The scope of work included providing a foam deluge system in the building in accordance with NFPA 409 and NFPA 11; providing a new 16 in. fire service connection to the building from the water utility main; expanding the hangar facility to accommodate the four (4) 400 hp diesel motors, foam tanks and associated equipment; structural analysis of the roof framing as required for support of the 18 foam generators and fire protection equipment; completely rewiring the interior electrical system for a Class 1 Aircraft Hangar; replacing the hangar floor to support the new aircraft configurations; and providing trench drains in the hangar floor as required by the Authority Having Jurisdiction (AHJ) and NFPA 409. The trench drain system discharges to a new containment tank as required by NFPA 409. An automatic diverting valve was provided in the drainage piping to direct flow from the holding tank to the pond in a fire event. AVCON was responsible for design, permitting, bidding, and construction phase services, including submittal review, responding to BFI's, providing document clarification, and making weekly site inspections. The foam fire protection system was tested as required by the AHJ. The project was phased to begin the design process and engage the contractor as early as possible. The project was designed, permitted and constructed in seven months in order for the tenant to receive the first aircraft. PAPI REPLACEMENT DESIGN & BIDDING Authur Dunn Airpark, Titusville, FL Project Manager The main component of this $241 K project is to construct new PAPI-2 units and electrical infrastructure on both ends of Runway 15-33. The existing PAPI-2 units will be demolished. This project includes Obstacle Clearance Surface (OCS) and Light Signal Clearance Surface (LSCS) survey and penetration analysis. An FAA flight check will be required at the completion of the PAPI-2 installation. Additional work includes improvements to the existing electrical vault to accommodate the new PAPI- 2 units and earthwork and grading around the existing and proposed PAPI-2 locations. The vault roof will also be replaced in this project. PAPI REPLACEMENT DESIGN & BIDDING Merritt Island Airport, Merritt Island, FL Project Manager This project consisted of the removal and replacement of the Precision Approach Path Indicators (PAPIs) at Merritt Island Airport in Merritt Island, Florida. This project required new PAPIs, trenching, conduit, conductor, concrete pads and vault work. The project included a minor amount of directional boring, earthwork and sodding. TERMINAL ENTRANCE LOOP ROAD REHABILITATION Gainesville Regional Airport, Gainesville, FL Construction Administrator The existing entrance loop road system was constructed in 1978 and had not been rehabilitated. The road surface exceeded its expected design life. While the pavement base was very sound, the pavement was more than 35 years old and heavily oxidized. Sun and weather made the pavement surface brittle. Areas of the loop road were showing distress from reflective cracking. The project included milling and overlaying the entrance loop road system in a controlled way, preventing future, piecemeal patching operations, which could have become disruptive to airport operations. REHABILITATION RUNWAY 4-22 Zephyrhills Municipal Airport, Zephyrhills, FL Project Manager This project consisted of rehabilitating the pavement to restore Runway 4-22, the Airport's Primary runway, to a fully functional pavement capable of supporting future ADG-II aircraft up to dual wheel 60,000 pounds MGW for the next 20 years. It also included the evaluation and design of the drainage, lighting, and marking. Collier County I RPS NO.: 20-7806 Tab 1 112 ABILITY OF PROFESSIONAL PERSONNEL MARY SODERSTRUM, AIA, NCARB Senior Airport Planner Ms. Soderstrum has 40+ years of experience as an airport planner, a senior aviation executive, facilities programmer, aviation activity forecaster, and architect. She has extensive expertise in airport master planning; facilities forecasting; and planning and design of aviation facilities including passenger terminals, aprons, airside facilities, terminal renovation, and airport expansion programs. She was part of the team that wrote the FAA Advisory Circular 150/5070-6 Airport Master Plans, and she was the principal author of the FDOT Airport Master Plan Guidebook (2010). She recently served as a member of the advisory committee for the re -write of the FDOT Airport Master Plan Guidebook and the concurrent updating of internal FDOT Master Plan procedures. RUNWAY REHABILITATION, PHASE I Everglades Airpark, Collier County, FL Senior Airport Planner Phase I of the runway rehabilitation project at Everglades Airpark included a Focused Environmental Assessment (EA) for the rehabilitation of the Runway, as well as a few small planning tasks that seek to bring the Runway's safety areas into compliance with FAA standards. MASTER PLAN UPDATE Wauchula Municipal Airport, Wauchula, FL Senior Airport Planner The Master Plan Update focused on the location of the FAA eligible crosswind runway and the relocation of the Airport entrance road out of the Runway Protection Zone of one runway end. Several alternatives were studied. The selected alternative avoided encroaching on adjacent phosphate mining land and also avoided various wetlands located in the area as much as possible. The Master Plan also included aviation activity forecasts, and a full update of the ALP and the Capital Improvement Program, along with a new Exhibit A Property Map. AIRPORT LAYOUT PLAN UPDATE Zephyrhills Municipal Airport, Zephyrhills, FL Senior Airport Planner This detailed Airport Layout Plan Update (ALP) included the development of new Aviation Activity Forecasts, the determination of the Primary Runway, the determination of runway lengths and widths, a Capital Improvement Program and the determination of funding sources, as well as a complete update of the Airport's Property Map. MASTER PLAN UPDATE Winter Haven Regional Airport — Gilbert Field, Winter Haven, FL Senior Airport Planner This study considered future airport improvements for a 20-year period of 2014 to 2033 and provided an update to the previous Master Plan completed in September 2004. The Master Plan Process identified the existing facilities and their condition as well as current and future aviation activity demands. Facility requirements were developed to meet the aviation activity demands. This Master Plan provided a capital improvement plan which addresses project phasing and financial needs and included the development of an Airport Layout Plan (ALP) that graphically depicts existing and future developments. FOCUSED ENVIRONMENTAL ASSESSMENT TAXIWAY A EXTENSION AND SEAPLANE RAMP Leesburg International Airport, Leesburg, FL Senior Airport Planner The City of Leesburg was required to prepare an FAA Orlando Airports District Office (ADO) directed Focused Environmental Assessment (FEA) to examine potential environmental impacts and identify mitigation actions required for the extension of Taxiway A approximately 550 ft to the southeast to the vicinity of the shoreline of Lake Harris and for the installation of a seaplane ramp from Lake Harris to the extension of Taxiway A. SEAPLANE BASE MASTER PLAN Tavares Seaplane Base, Tavares, FL Senior Airport Planner The Tavares Seaplane Base (FA1) is a public use seaplane landing area owned by the City of Tavares, Florida. The facility was licensed as a public airport by the State of Florida in 2010. City officials launched the idea for a seaplane base as part of a plan to reinvigorate business and tourist activity in the downtown area. This project consists of the development of a new Airport Master Plan for the Seaplane Base. Collier County I RPS NO.: 20-7806 Tab 1 113 ABILITY OF PROFESSIONAL PERSONNEL CUSTOMS AND BORDER PROTECTION BUILDING RENOVATION Key West Airport, Key West, FL Senior Airport Planner The $2.9M renovation and expansion of the existing CPB building had been planned to serve the increasing number of incoming passengers from outside the US. The project consisted of the expansion of the first elevated floor and roof on the north face of the building facing the airfield apron area. The purpose of the 20 ft x 44 ft expansion was to install a new baggage conveyor system on the ground level and increase the size of the baggage carousel and staging room on the first elevated floor. The building expansion was designed using the same framing system as the existing building, cast -in -place concrete beams and one-way floor slab supported on concrete frames. One unique feature of the structural design was the cantilevered elevated floor slab to avoid the existing buried electrical junction box and duct bank on the west edge of the new expansion. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. MASTER PLAN UPDATE Wauchula Municipal Airport, Wauchula, FL Senior Airport Planner The Master Plan Update focused on the location of the FAA eligible crosswind runway and the relocation of the Airport entrance road out of the Runway Protection Zone of one runway end. Several alternatives were studied. The selected alternative avoided encroaching on adjacent phosphate mining land and also avoided various wetlands located in the area as much as possible. The Master Plan also included aviation activity forecasts, and a full update of the ALP and the Capital Improvement Program, along with a new Exhibit A Property Map. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL Senior Airport Planner This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. Mary served as Senior Airport Planner and worked with the Airport to determine the possibilities of the proposed site of the Maintenance and Repair Operations (MRO) Hangar. MASTER PLAN UPDATE Okeechobee County Airport, Okeechobee, FL Senior Airport Planner This study considers future Airport improvements for the 20-year period of 2017 to 2036. This period will be broken into three phases over which Airport improvement projects will be undertaken: Short -Term (2017-2021), Mid -Term (2022-2026) and Long -Term (2027-2036). The Master Plan process identifies the existing facilities and their condition as well as current and future aviation activity demands. Facility requirements are also being developed to meet the aviation activity demands. Specifically, this Master Plan updates the 2007 Master Plan, identifies the location and types of facility improvements needed, provides a capital improvement plan that addresses project phasing and financial needs, and develops an Airport Layout Plan (ALP) that graphically depicts existing and future developments. AIRFIELD PAVEMENT REHABILITATION PROGRAM — REHABILITATION OF RUNWAY 14-32 AND TAXIWAY A EXTENSION Naples Airport, Naples, FL Senior Airport Planner The runway project consisted of design, bidding, and construction phase services. Prior to this project, the runway pavement had not required any substantial improvements since the 1970s, and the original underlying construction dated from the 1940s. Both the full-strength pavement and the asphalt shoulders were in relatively poor condition and in need of rehabilitation. The surface was badly oxidized with cracks penetrating mostly full depth down to the base. Therefore, the design called for milling and resurfacing 3 in and providing an Asphalt Rubber Membrane Interlayer (ARMI) to prevent crack reflection through the newly paved asphalt structure. The limits of the pavement rehabilitation included tie-ins to the 12 intersecting taxiway connectors and to the main intersection with the primary runway. The Taxiway A Extension assignment included planning, design, bid phase and construction phase services, as well as a new run-up pad to connect to the end of the previously lengthened end of Runway 23. Collier County I RPS NO.: 20-7806 Tab 1 114 ABILITY OF PROFESSIONAL PERSONNEL ZEMP PEPPER, PE Senior Mechanical Engineer Mr. Zemp Pepper has 35+ years of experience and has completed hundreds of renovation and new construction projects. His wide range of experience includes airports, parking garages, municipal buildings, commercial buildings, universities, museums, hotels, convention centers, and healthcare facilities. His focus is in the design, analysis and layout of HVAC, plumbing, fire protection, electrical and low voltage components for a wide variety of projects. Mr. Pepper also has demonstrated expertise in the design and understanding of various fire suppression system projects, including wet and dry type sprinkler systems, standpipe systems, fire pump systems, and clean agent systems. Additionally, most of his recent projects were performed on a Revit platform. HANGARS ELECTRICAL AND STRUCTURAL ENGINEERING Marco Island Executive Airport, Collier County, FL Senior Mechanical Engineer This project included construction of three 110 ft x 80 ft hangars with 90 ft x 22 ft clear door openings and eight 70 ft x 56 ft with 55 ft 4 in x 18 ft clear door openings at the Marco Island Executive Airport. The hangars were sized to accommodate Citation X and Citation V sized aircraft based on the stated design criteria for the program. AVCON was responsible for the following scope items: foundation and floor structural design; ventilation system for larger box hangars; electrical design including hangar and ramp wall -pack lighting, electrical service in hangars, and coordination of transformer size and location; security gate with electric operator; fire wall design to limit fire areas; fire code requirements for fire extinguisher locations, sizes and types; and fire suppression system. SECURITY ENHANCEMENTS Project Manager Immokalee Regional Airport, Collier County, FL This $584K project includes design, permitting and construction administration for the installation of access control equipment, supporting wiring, and dedicated primary and back-up power supplies. The project also includes installation of fencing, posts, rails, and gates as well as installation of wildlife fencing, posts, rails, and gates. Additional services include provisions for electrical and fiber optic systems, signage, and pavement repairs. CORPORATE AND BULK STORAGE HANGARS Greenville -Spartanburg International Airport, Greer, SC Senior Mechanical Engineer The $1.9M project included a new 30,000-sq-ft bulk storage hangar with provisions for a future 8,000-sq-ft one-story attached office/shops area, and a new 16,000 sq ft corporate hangar with 2,500 sf of associated office space. The project also included necessary drainage and utility enhancements to serve the two new hangars. These enhancements consisted of drainage improvements including treatment/attenuation storage areas; potable water and sanitary sewer services; fire supply water services including an estimated 300,000-gallon storage tank and 2,500 GPM diesel fire pump system; electrical power services; communication services; and natural gas service. Additionally, due to the size, nature, and use of the hangars, the fire suppression systems consisted of a high expansion foam system per NFPA 409 and fire sprinklers per NFPA13 in the office areas. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Project Manager The scope of this $9.4M project includes a new terminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The new terminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DWV systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. Collier County I RPS NO.: 20-7806 Tab 1 115 ABILITY OF PROFESSIONAL PERSONNEL ATCT AND TERMINAL RADAR APPROACH CONTROL (TRACON) FACILITY Southwest Florida International Airport, Fort Myers, FL Senior Mechanical Engineer/Peer Review AVCON was enlisted by the Prime Design Consultant to provide constructability and coordination review of the subject project. The scope of the project includes a 205-ft AGL Air Traffic Control Tower, and a 16,000-sq-ft TRACON and Base Building, to be located at RSW on a new virgin 8-acre site with a detached detention pond adjacent to a recently constructed ARFF Station and a future airfield lighting vault. AVCON's role comprised reviewing and validating drawings and specifications, at approximately the 95% design level. A detailed document peer review was conducted by several discipline leaders of the AVCON Team to provide not only an element by element review, but also the interrelationships of the design among all disciplines. CHILLER REPLACEMENT Destin-Fort Walton Beach Airport, Eglin AFB, FL Senior Mechanical Engineer This project consisted of the replacement of two air-cooled chillers and associated constant volume pumps and control valves which serve the approximately 110,000-sq-ft VPS terminal. This project was organized into two phases. Phase 1 constituted removal of the existing air-cooled chillers, pumps, and ancillaries and replacement with new chillers, primary constant volume pumps, and digital data controls (DDC) upgrade. Phase 2 comprised an evaluation of the remaining terminal cooling system and development of a short- and long-term capital improvement program (CIP) for the terminal HVAC system. The CIP provides a recommended equipment replacement schedule that the County can use to program future funds. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL Senior Mechanical Engineer This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq-ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. CUSTOMS AND BORDER PROTECTION BUILDING RENOVATION Key West Airport, Key West, FL Senior Mechanical Engineer The $2.9M renovation and expansion of the existing CPB building had been planned to serve the increasing number of incoming passengers from outside the US. The project consisted of the expansion of the first elevated floor and roof on the north face of the building facing the airfield apron area. The purpose of the 20 ft x 44 ft expansion was to install a new baggage conveyor system on the ground level and increase the size of the baggage carousel and staging room on the first elevated floor. The building expansion was designed using the same framing system as the existing building, cast -in -place concrete beams and one-way floor slab supported on concrete frames. One unique feature of the structural design was the cantilevered elevated floor slab to avoid the existing buried electrical junction box and duct bank on the west edge of the new expansion. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. FUEL FARM UPGRADE Valkaria Airport, Valkaria, FL Senior Mechanical Engineer This project consisted of the removal and replacement of the existing fuel dispensing equipment in order to provide fuel dispensing at a single location and upgrade dispensing equipment. Components of the project included new fuel pumps, dispensers, hose reels, static grounding reels, fuel piping, automated fuel management system, electrical, and all other ancillary construction. AIRFIELD REHABILITATION PROGRAM Page Field, Lee County, FL Senior Mechanical Engineer The program involved rehabilitation/replacement of pavement sections, airfield lighting systems and drainage systems. AVCON was responsible for design of the electrical systems for Runway 5-23 and Runway 13-31. The electrical scope provided for a new airfield lighting vault. The new airfield lighting vault provided code compliant working space, is well lighted and provides for future growth at the airport. The electrical service was designed to accommodate future loads and is equipped with a full-size standby generator in the event of utility power loss. Collier County I RPS NO.: 20-7806 Tab 1 116 ABILITY OF PROFESSIONAL PERSONNEL SEAN DAY, PE Electrical Engineer Mr. Sean Day is an experienced Electrical Engineer with problem solving and critical thinking skills coupled with excellent communication skills to contribute to complex design projects. He has worked on large project teams to design forward thinking and efficient infrastructure to meet clients' present and future needs. His areas of expertise include PLC network design, cyber security, construction oversight, access control and CCTV, fiber optic design and radio and cellular communications. He has knowledge of network communications including Ethernet, Profibus, DNP3, and Modbus. He has also worked on radio and fiber optic networks for communication on Local and Wide area networks. He regularly performs field testing to validate conformity to contract design documents and he consults with clients regarding construction changes and costs to ensure a specified product is within compliance. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Electrical Engineer The scope of this $9.4M project includes a newterminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The new terminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DWV systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. HANGARS ELECTRICAL AND STRUCTURAL ENGINEERING Marco Island Executive Airport, Collier County, FL Electrical Engineer This project included construction of three 110 ft x 80 ft hangars with 90 ft x 22 ft clear door openings and eight 70 ft x 56 ft with 55 ft 4 in x 18 ft clear door openings at the Marco Island Executive Airport. The hangars were sized to accommodate Citation X and Citation V sized aircraft based on the stated design criteria for the program. AVCON was responsible for the following scope items; foundation and floor structural design; ventilation system for larger box hangars; electrical design including hangar and ramp wall -pack lighting, electrical service in hangars, and coordination of transformer size and location; security gate with electric operator; fire wall design to limit fire areas; fire code requirements for fire extinguisher locations, sizes and types; and fire suppression system. SECURITY ENHANCEMENTS Electrical Engineer Immokalee Regional Airport, Collier County, FL This $584K project includes design, permitting and construction administration for the installation of access control equipment, supporting wiring, and dedicated primary and back-up power supplies. The project also includes installation of fencing, posts, rails, and gates as well as installation of wildlife fencing, posts, rails, and gates. Additional services include provisions for electrical and fiber optic systems, signage, and pavement repairs. CORPORATE AND BULK STORAGE HANGARS Greenville -Spartanburg International Airport, Greer, SC Electrical Engineer The $1.9M project included a new 30,000-sq-ft bulk storage hangar with provisions for a future 8,000 sf one-story attached office/shops area, and a new 16,000-sq-ft corporate hangar with 2,500 sf of associated office space. The project also included necessary drainage and utility enhancements to serve the two new hangars. These enhancements consisted of drainage improvements including treatment/attenuation storage areas; potable water and sanitary sewer services; fire supply water services including an estimated 300,000-gallon storage tank and 2,500 GPM diesel fire pump system; electrical power services; communication services; and natural gas service. Additionally, due to the size, nature, and use of the hangars, the fire suppression systems consisted of a high expansion foam system per NFPA 409 and fire sprinklers per NFPA13 in the office areas. Collier County I RPS NO.: 20-7806 Tab 1 117 ABILITY OF PROFESSIONAL PERSONNEL RUNWAY 14-32 REHABILITATION Valkaria Airport, Brevard County, FL Electrical Engineer The objectives of this $4M project were to extend the useful life of the existing pavements, to update the pavement geometry and to enhance the safety of air operations at the airport. Another component of the project involved installing a complete FAA Medium Intensity Runway Lighting (MIRE) system using LED technology for Runway 14-32. In addition, a new electrical vault with new electrical service connection was constructed. Existing runway threshold lights on Runway 10-28 were located and connected to the new electrical vault. The lighting, marking and signage was also replaced/upgraded for the future non - precision approach. CUSTOMS AND BORDER PROTECTION BUILDING RENOVATION Key West Airport, Key West, FL Electrical Engineer The $2.9M renovation and expansion of the existing CPB building had been planned to serve the increasing number of incoming passengers from outside the US. The project consisted of the expansion of the first elevated floor and roof on the north face of the building facing the airfield apron area. The purpose of the 20 ft x 44 ft expansion was to install a new baggage conveyor system on the ground level and increase the size of the baggage carousel and staging room on the first elevated floor. The building expansion was designed using the same framing system as the existing building, cast -in -place concrete beams and one-way floor slab supported on concrete frames. One unique feature of the structural design was the cantilevered elevated floor slab to avoid the existing buried electrical junction box and duct bank on the west edge of the new expansion. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. CHILLER REPLACEMENT Destin-Fort Walton Beach Airport, Eglin AFB, FL Electrical Engineer This project consisted of the replacement of two air-cooled chillers and associated constant volume pumps and control valves which serve the approximately 110,000-sq-ft VPS terminal. This project was organized into two phases. Phase 1 constituted removal of the existing air-cooled chillers, pumps, and ancillaries and replacement with new chillers, primary constant volume pumps, and digital data controls (DDC) upgrade. Phase 2 comprised an evaluation of the remaining terminal cooling system and development of a short- and long-term capital improvement program (CIP) for the terminal HVAC system. The CIP provides a recommended equipment replacement schedule that the County can use to program future funds. FUEL FARM UPGRADE Valkaria Airport, Valkaria, FL Electrical Engineer This project consisted of the removal and replacement of the existing fuel dispensing equipment in order to provide fuel dispensing at a single location and upgrade dispensing equipment. Components of the project included new fuel pumps, dispensers, hose reels, static grounding reels, fuel piping, automated fuel management system, electrical, and all other ancillary construction. TERMINAL BUILDING RENOVATION Mobile Downtown Airport, Mobile, AL Electrical Engineer This $4.5M project consisted of renovations to an existing metal building. The existing structure did not include space conditioning and was utilized as a storage facility. The building was renovated and reconfigured to accommodate two commercial service gates with associated hold rooms and facilities, airline ticket counters, rental car counters, concession areas, bathrooms, TSA screening areas, baggage make-up areas, baggage claim areas, new curbside, and a new parking lot to accommodate passenger vehicles and rental cars. Design was completed in less than three months. Construction was initiated while the design was being finalized and was completed in less than four months. The entire project (start of design to terminal opening) was completed in less than six months. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. Collier County I RPS NO.: 20-7806 Tab 1 118 ABILITY OF PROFESSIONAL PERSONNEL TIM SHEA, AAE General Aviation Management Support Mr. Shea has 40+ years of experience in airport management at Orlando Executive, Kissimmee Gateway, and Orlando International Airports. He has a wide variety of experience with airfield planning, construction, operations, property development, and leasing. He also has comprehensive knowledge of FAA Advisory Circulars, FAA Orders, and FAA FARs specifically for airport management, operations, pilot certification, and aircraft certification. In addition to holding a Master of Business Administration degree from Embry -Riddle Aeronautical University, Mr. Shea is a Commercial Pilot with Instrument Rating and a qualified FAA Air Traffic Control Specialist. RUNWAY REHABILITATION, PHASE I Everglades Airpark, Collier County, FL GA Management Support Phase I of the runway rehabilitation project at Everglades Airpark included a Focused Environmental Assessment (EA) for the rehabilitation of the Runway, as well as a few small planning tasks that seek to bring the Runway's safety areas into compliance with FAA standards. SEAPLANE BASE MASTER PLAN Tavares Seaplane Base, Tavares, FL GA Management Support The Tavares Seaplane Base (FA1) is a public use seaplane landing area owned by the City of Tavares, Florida. The facility was licensed as a public airport by the State of Florida in 2010. City officials launched the idea for a seaplane base as part of a plan to reinvigorate business and tourist activity in the downtown area. This project consists of the development of a new Airport Master Plan for the Seaplane Base. SEAPLANE RAMP AND TAXIWAY DESIGN Tavares Seaplane Base, Tavares, FL GA Management Support This project included the design, permitting and construction of a taxilane and seaplane ramp at the Leesburg International Airport (LEE). The new 800-ft-long by 35-ft-wide asphalt paved taxilane was connected with the existing airfield taxiway system. The 40-ft-wide concrete paved seaplane ramp now extends from the new taxilane 120 ft into Lake Harris shoreline. A floating dock was constructed adjacent to the ramp. AVCON was responsible for planning, environmental activities, engineering design, and construction phase engineering services. REVIEW OF AIRPORT MANAGEMENT & BUSINESS PRACTICES Deland Municipal Airport, Deland, FL GA Management Support This project benchmarked the airport and business best management practices to those at five comparable general aviation airports. The study analyzed areas such as airport ownership, functions and roles of various staff positions, the organizational structure, staff training and retention, and communication and coordination with the Airport Advisory Committee and the City Commission. Recommendations were provided, as well as strategies to improve processes and to better understand the techniques being used and their effectiveness. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL GA Management Support This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq-ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. Collier County I RPS NO.: 20-7806 Tab 1 119 ABILITY OF PROFESSIONAL PERSONNEL MASTER PLAN UPDATE Winter Haven Municipal Airport, Winter Haven, FL GA Management Support The study considered future airport improvements for a 20-year period of 2014 to 2033. This period was broken into three phases over which airport improvement projects will be undertaken - Short-term (2014-2018), Mid-term (2019-2023), and Long-term (2024-2033). This project provided an update to the previous Master Plan completed in September 2004. The Master Plan Process identified the existing facilities and their condition. Current and future aviation activity demands were also identified, and facility requirements were developed to meet the aviation activity demands. This Master Plan Update provided guidance for future development over the planning period that satisfies the demand in an efficient, safe, and financially feasible manner, as well as serve as a guide for the City, the Aviation Advisory Board, and the funding agencies. FUEL FARM DESIGN BUILD Winter Haven Municipal Airport, Winter Haven, FL GA Management Support AVCON provided technical planning assistance, survey and base drawings, engineering design criteria, cost estimating, bidding and construction phase services in connection with the construction of a Fuel Farm and support facilities at the Winter Haven Municipal Airport — Gilbert Field (GIF). The project consisted of the development of a Design Criteria package to enable the bidding and construction of an Airport Fuel Farm Facility and Pilot Comfort Station. The fuel farm comprises one 12,000-gallon Jet A Tank, one 12,000-gallon AvGas Tank, and one 500-gallon MoGas Tank. In addition, a Spill Prevention Control and Counter Measures (SPCC) Plan with Mandatory Training was completed. The project also included the removal and disposal of the existing aboveground tanks and fuel system adjacent to the old terminal building. SEAPLANE RAMP AND TAXIWAY DESIGN Leesburg International Airport, Leesburg, FL GA Management Support This $2.6M project for the City of Leesburg included design, permitting, and construct of a taxilane and seaplane ramp at the Leesburg International Airport. The new 800-ft-long by 35-ft-wide asphalt paved taxilane connects with the airfield taxiway system. The 40-ft-wide concrete paved seaplane ramp extends from the taxilane 120 ft into Lake Harris shoreline. A floating dock was also constructed adjacent to the ramp. AVCON was responsible for planning, environmental activities, engineering design, and construction phase engineering services. MASTER PLAN UPDATE Okeechobee County Airport, Okeechobee, FL GA Management Support This study considers future Airport improvements for the 20-year period of 2017 to 2036. This period will be broken into three phases over which Airport improvement projects will be undertaken: Short -Term (2017-2021), Mid -Term (2022-2026) and Long -Term (2027-2036). The Master Plan process identifies the existing facilities and their condition as well as current and future aviation activity demands. Facility requirements are also being developed to meet the aviation activity demands. Specifically, this Master Plan updates the 2007 Master Plan, identifies the location and types of facility improvements needed, provides a capital improvement plan that addresses project phasing and financial needs, and develops an Airport Layout Plan (ALP) that graphically depicts existing and future developments. MASTER PLAN UPDATE Wauchula Municipal Airport, Wauchula, FL GA Management Support The Master Plan Update focused on the location of the FAA eligible crosswind runway and the relocation of the Airport entrance road out of the Runway Protection Zone of one runway end. Several alternatives were studied. The selected alternative avoided encroaching on adjacent phosphate mining land and also avoided various wetlands located in the area as much as possible. The Master Plan also included aviation activity forecasts, and a full update of the ALP and the Capital Improvement Program, along with a new Exhibit A Property Map. SEAPLANE BASE MASTER PLAN Tavares Seaplane Base, Tavares, FL GA Management Support The Tavares Seaplane Base (FA1) is a public use seaplane landing area owned by the City of Tavares, Florida. The facility was licensed as a public airport by the State of Florida in 2010. City officials launched the idea for a seaplane base as part of a plan to reinvigorate business and tourist activity in the downtown area. This project consists of the development of a new Airport Master Plan for the Seaplane Base. Collier County I RPS NO.: 20-7806 Tab 1 120 ABILITY OF PROFESSIONAL PERSONNEL CARL JOHNSON, EC, ACE Senior Airfield Lighting Specialist Mr. Johnson has more than 40 years of experience in the planning, design, construction, and maintenance of electrical distribution systems and airfield lighting systems. For the last 32 years, his primary focus has been the design and construction/ inspection of area lighting, airfield lighting and NAVAID systems. Mr. Johnson's background in construction and design experience on a wide variety of general aviation, military, and air carrier facilities gives him unique expertise in the planning and detailed design of lighting facilities. He has an extensive knowledge of NFPA, NEC, IES, FAA, and military standards. Mr. Johnson serves as a voting member on the IES Technical Committee for the Illuminating Engineering Society's Recommended Practice 37 (RP- 37) Outdoor Lighting for Airport Environments. RP-37 provides FAA and industry recognized guidelines for lighting all aspects of an outdoor airport environment. Mr. Johnson has presented several papers on airfield lighting, electrical maintenance, and electrical safety. TAXIWAY C EXTENSION Immokalee Regional Airport, Collier County, FL Senior Airfield Lighting Specialist The objective of the Taxiway C Extension $1.6M project is to shorten the taxi distance from Runway 9-27, and improving the operational safety of the airfield. AVCON provided a complete assessment of existing operating conditions and performance characteristics of the Taxiway C lighting systems. Based on this assessment, the Taxiway C electrical infrastructure is being replaced and extended with the pavement. This includes upgrading the taxiway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Taxiway signs are being replaced or added, and a dedicated sign circuit is being added to separate the signage from lighting circuits. The airfield lighting vault was also evaluated for current code compliance with NEC standards, grounding, arc -flash and other regulatory standards. RUNWAY 18-36 REHABILITATION Immokalee Regional Airport, Collier County, FL Senior Airfield Lighting Specialist The purpose of this project is to extend the useful life of the runway pavement, eliminate continuing concerns related to Foreign Object Damage (FOD), upgrade the airfield lighting, and enhance the safety of air operations at the airport. AVCON completed assessment of the existing operating conditions and performance characteristics of the airfield lighting systems. Based on this assessment, all the Runway 18-36 electrical infrastructure is being replaced and upgraded. This includes upgrading the runway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Runway signs are being replaced, and a dedicated sign circuit is being added to separate the runway signage from the runway lighting circuit. The Precision Approach Path Indicator (PAPI) system and the Runway End Identifier Lighting (REIL) system are also being replaced and relocated. REHABILITATION RUNWAY 4-22 Zephyrhills Municipal Airport, Zephyrhills, FL Senior Airfield Lighting Specialist This project consisted of rehabilitating the pavement to restore Runway 4-22, the Airport's Primary runway, to a fully functional pavement capable of supporting future ADG-II aircraft up to dual wheel 60,000 pounds MGW for the next 20 years. It also included the evaluation and design of the drainage, lighting, and marking. AIRFIELD REHABILITATION PROGRAM Page Field, Lee County, FL Senior Airfield Lighting Specialist The program involved rehabilitation/replacement of pavement sections, airfield lighting systems and drainage systems. AVCON was responsible for design of the electrical systems for Runway 5-23 and Runway 13-31. The electrical scope provided for a new airfield lighting vault. The new airfield lighting vault provided code compliant working space, is well lighted and provides for future growth at the airport. The electrical service was designed to accommodate future loads and is equipped with a full-size standby generator in the event of utility power loss. Collier County I RPS NO.: 20-7806 Tab 1 121 ABILITY OF PROFESSIONAL PERSONNEL ELECTRICAL UPGRADES Zephyrhills Municipal Airport, Zephyrhills, FL Senior Airfield Lighting Specialist This $600K project located at Zephyrhills Municipal Airport in Zephyrhills, Florida, specifically the area of the existing Airfield Lighting Vault Location (AFL\) along Taxilane D. The overall project involved the demolition and excavation of the existing AFLV and the construction of a new AFLV directly across Taxilane D, as well as the relocation and upgrading of critical airfield lighting power, control, and all other necessary equipment and materials pertaining to the operation of a fully functioning vault building. TAXIWAY F EXTENSION AND TAXIWAY E Winter Haven Municipal Airport, Winter Haven, FL Senior Airfield Lighting Specialist This $4.1 M project consisted of extending Taxiway F to the Runway 5 and 23 ends, new construction of Taxiway E from the Runway 11 end to the intersection of Runway 5-23, and new blast pads on the Runway 5 and 23 ends. The pavement structure for all new pavements consisted of bituminous surface course on a limerock base course. The total asphalt quantity was approximately 7,225 tons of P-401 asphalt. The 10-ft-wide taxiway shoulders was constructed of compacted and stabilized subgrade. The electrical components of the project included new LED taxiway edge lights, cable and conduit, and signage. The project also included drainage improvements and marking new taxiway pavement and runway blast pads. TAXIWAY G AND NEW ELECTRICAL VAULT Ormond Beach Municipal Airport, Ormond Beach, FL Senior Airfield Lighting Specialist The scope of this $4M project consisted of survey and testing required for analysis of existing conditions, including airfield electrical; formulation of design alternatives with corresponding estimates; preparation of a comprehensive set of engineering design plans, contract documents, technical specifications, engineer's report and estimate, and construction management plan; preparation of an application for FAA design grant prior to beginning the design including any backup documentation; generation of safety plans and notes, as well as filing of the 7460 site study on-line for the project for FAA approval; and design of a full length Taxiway G parallel to existing Runway 17-35, run-up areas at each taxiway end, full taxiway marking per the runway classification to FAA specifications, new base -mounted LED taxiway lights per FAA standards and criteria, new home - run airfield lighting circuits back to a new electrical vault building, and new Runway End Identifier Light units on Runway 17 and 35 ends. The new electrical vault included a 13 ft x 30 ft pre -cast concrete wall building, site constructed, with new Airport Lighting Control System (ALCS), regulators, conductors, main and auxiliary panels, main disconnects, and HVAC System. A new diesel powered backup generator with support pad and appurtenances was also constructed. REHABILITATE ELECTRICAL VAULT AND AIRFIELD SIGNAGE Martin County Airport/Witham Field, Stuart, FL Senior Airfield Lighting Specialist This project included improvements to airfield signage and consisted of replacing approximately 80 internally illuminated airfield guidance and mandatory hold signs. The Scope of Work also included a study of the Electrical Vault and assessment report of the regulators and other equipment. Additionally, the airport elected to place additional signs which included Runway Distance Remaining Signs (RDR) along Runway 12-30 where funds allowed. AIRPORT STANDBY GENERATOR PROGRAM Naples Municipal Airport, Naples, FL Senior Airfield Lighting Specialist Project consisted of the design of Prime Power diesel generator systems for the General Aviation Terminal (275 kW-343 kVA) and the Commercial Aviation Terminal (365 kW-456 kVA). Both systems were 208/120 volt, 3-phase 4-wire, 60 Hz. The first phase included design/procurement documents for the Owner's purchase of the two generators and other major equipment. Phase II consisted of construction documents for the installation of the two generator systems. AIR CARGO AREA HIGH MAST LIGHTING IMPROVEMENTS Jacksonville International Airport, Jacksonville, FL Senior Airfield Lighting Specialist This project involved the replacement of existing High Mast light poles and fixtures at Jacksonville International Airport. Specific locations included the apron high mast lights (HMLs) at the Air Cargo 1 and Air Cargo 2 Buildings (5 HMLs), at the Air Cargo 4 Remain Overnight (RON) Apron (3 HMLs) and at the former Concourse B Terminal Ramp (4 HMLs). The assignment required the reuse of the existing concrete light bases. The existing raceway was also reused to the greatest extent possible and was repaired/modified where necessary. The electrical feeders and branch circuits were upgraded with new cables. The new cables were installed from the source of power to the light fixtures. The new fixtures are being operated at the line voltage available at each area. Stepup transformers will no longer be used. The fixtures are operated by lighting contactors, controlled by a photocell. Collier County I RPS NO.: 20-7806 Tab 1 122 ABILITY OF PROFESSIONAL PERSONNEL MARK GOODACRE, ACE Senior Electrical Designer Mr. Goodacre has more than 38 years of experience in the planning, design, construction, and maintenance of electrical distribution systems and airfield lighting systems. He is an AAAE Airport Certified Employee (ACE) in the field of Airfield Lighting Maintenance, and he serves as an instructor for the Florida Airports Council's (FAQ Basic Airfield Electrical Safety Workshop. He has experience preparing design documentation for an airfield's lighting layout and circuitry for all associated Runways, Taxiways and Parking Aprons. Additionally, he has special expertise in the area of 3D modeling and is an expert in FAA NAVAID design. TAXIWAY C EXTENSION Immokalee Regional Airport, Collier County, FL Senior Electrical Designer The objective of the Taxiway C Extension $1.6M project is to shorten the taxi distance from Runway 9-27, and improving the operational safety of the airfield. AVCON provided a complete assessment of existing operating conditions and performance characteristics of the Taxiway C lighting systems. Based on this assessment, the Taxiway C electrical infrastructure is being replaced and extended with the pavement. This includes upgrading the taxiway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Taxiway signs are being replaced or added, and a dedicated sign circuit is being added to separate the signage from lighting circuits. The airfield lighting vault was also evaluated for current code compliance with NEC standards, grounding, arc -flash and other regulatory standards. RUNWAY 18-36 REHABILITATION Immokalee Regional Airport, Collier County, FL Senior Electrical Designer The purpose of this project is to extend the useful life of the runway pavement, eliminate continuing concerns related to Foreign Object Damage (FOD), upgrade the airfield lighting, and enhance the safety of air operations at the airport. AVCON completed assessment of the existing operating conditions and performance characteristics of the airfield lighting systems. Based on this assessment, all the Runway 18-36 electrical infrastructure is being replaced and upgraded. This includes upgrading the runway edge lights to LED fixtures, replacing conduits, and cabling, and installing junction can plazas to enhance overall maintenance and safety. Runway signs are being replaced, and a dedicated sign circuit is being added to separate the runway signage from the runway lighting circuit. The Precision Approach Path Indicator (PAPI) system and the Runway End Identifier Lighting (REIL) system are also being replaced and relocated. AIR CARGO AREA HIGH MAST LIGHTING IMPROVEMENTS Jacksonville International Airport, Jacksonville, FL Senior Electrical Designer This project involved the replacement of existing High Mast light poles and fixtures at Jacksonville International Airport. Specific locations included the apron high mast lights (HMLs) at the Air Cargo 1 and Air Cargo 2 Buildings (5 HMLs), at the Air Cargo 4 Remain Overnight (RON) Apron (3 HMLs) and at the former Concourse B Terminal Ramp (4 HMLs). The assignment required the reuse of the existing concrete light bases. The existing raceway was also reused to the greatest extent possible and was repaired/modified where necessary. The electrical feeders and branch circuits were upgraded with new cables. The new cables were installed from the source of power to the light fixtures. The new fixtures are being operated at the line voltage available at each area. Stepup transformers will no longer be used. The fixtures are operated by lighting contactors, controlled by a photocell. RUNWAY APPROACH LIGHTING, THRESHOLD REPLACEMENT, AND PAPI REPLACEMENT Patrick Air Force Base, FL Senior Electrical Designer This project consisted of providing the final design and construction phase support services for the replacement of the Approach Lighting System for Runway 02, replacement of the Runway 02 and 20 Threshold Lighting, and replacement of the Precision Approach Path Indicator (PAPI) lights for Runway 02 and 20. The objective of the project included design of repair/ refurbishing of elements that can be used in the final installation (ducts, manholes, base cans), and completely replacing the remaining lighting, cabling and controls to provide a modern, efficient ALSF-1 system, and to replace the existing threshold lighting and PAPI installations to comply with current UFC standards. Collier County I RPS NO.: 20-7806 Tab 1 123 ABILITY OF PROFESSIONAL PERSONNEL RUNWAY 9R MALSR Cecil Airport, Jacksonville, FL Senior Electrical Designer This project consisted of technical planning assistance, survey and base drawings, engineering design, specifications, scheduling, cost estimating, bidding, and construction phase services in connection with the installation of a Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR) for Runway 9R. The project included siting, site preparation, utility service coordination, clearing and coordination with FAA to ensure a fully functional system. RUNWAY 14-32 REHABILITATION Valkaria Airport, Brevard County, FL Senior Electrical Designer The objectives of this $4M project were to extend the useful life of the existing pavements, to update the pavement geometry and to enhance the safety of air operations at the airport. Another component of the project involved installing a complete FAA Medium Intensity Runway Lighting (MIRE) system using LED technology for Runway 14-32. In addition, a new electrical vault with new electrical service connection was constructed. Existing runway threshold lights on Runway 10-28 were located and connected to the new electrical vault. The lighting, marking and signage was also replaced/upgraded for the future non - precision approach. TAXIWAY G AND NEW ELECTRICAL VAULT Ormond Beach Municipal Airport, Ormond Beach, FL Senior Electrical Designer The scope of this $4M project consisted of survey and testing required for analysis of existing conditions, including airfield electrical; formulation of design alternatives with corresponding estimates; preparation of a comprehensive set of engineering design plans, contract documents, technical specifications, engineer's report and estimate, and construction management plan; preparation of an application for FAA design grant prior to beginning the design including any backup documentation; generation of safety plans and notes, as well as filing of the 7460 site study on-line for the project for FAA approval; and design of a full length Taxiway G parallel to existing Runway 17-35, run-up areas at each taxiway end, full taxiway marking per the runway classification to FAA specifications, new base -mounted LED taxiway lights per FAA standards and criteria, new home - run airfield lighting circuits back to a new electrical vault building, and new Runway End Identifier Light units on Runway 17 and 35 ends. The new electrical vault included a 13 ft x 30 ft pre -cast concrete wall building, site constructed, with new Airport Lighting Control System (ALCS), regulators, conductors, main and auxiliary panels, main disconnects, and HVAC System. A new diesel powered backup generator with support pad and appurtenances was also constructed. AIRFIELD REHABILITATION PROGRAM Page Field, Lee County, FL Senior Electrical Designer The program involved rehabilitation/replacement of pavement sections, airfield lighting systems and drainage systems. AVCON was responsible for design of the electrical systems for Runway 5-23 and Runway 13-31. The electrical scope provided for a new airfield lighting vault. The new airfield lighting vault provided code compliant working space, is well lighted and provides for future growth at the airport. The electrical service was designed to accommodate future loads and is equipped with a full-size standby generator in the event of utility power loss. AIRFIELD REHABILITATION PROGRAM Titusville -Cocoa Airport, Titusville, FL Senior Electrical Designer The main component of the project is to construct new PAPI-2 units and electrical infrastructure on both ends of Runway 15- 33. The existing PAPI-2 units will be demolished. This project includes Obstacle Clearance Surface (OCS) and Light Signal Clearance Surface (LSCS) survey and penetration analysis. An FAA flight check will be required at the completion of the PAPI-2 installation. Additional work includes improvements to the existing electrical vault to accommodate the new PAPI-2 units and earthwork and grading around the existing and proposed PAPI-2 locations. The vault roof will also be replaced in this project. HIGH MAST LIGHTS Bob Sikes Airport, Crestview, FL Senior Electrical Designer This project comprised design, bidding, and construction phase services for the installation of seven new high -mast light poles, fixtures, and cable at Bob Sikes Airport. Work included an upgrade to the electrical services and secondary distribution for the high -mast lights including control panels. The project also included two bid alternates for 120V outlets and circuits installed at the base of three of the high -mast lights; and new pan -tilt -zoom surveillance camera and communication infrastructure from this camera to the existing County fiber located in the County Flight Services Building. Collier County I RPS NO.: 20-7806 Tab 1 124 ABILITY OF PROFESSIONAL PERSONNEL LUCA DELVERME, PE Structural Engineer Mr. DelVerme has 19 years of experience in the structural engineering discipline for both the public and private sectors. He has practiced structural design for a variety of building types, including airport terminals, hospitals, universities, courthouses and jails, parks and trail facilities, aircraft and storage hangars, and solid waste facilities throughout the state of Florida. In addition, his area of practice includes renovation and addition of existing building structures as well as miscellaneous repair of various facilities. Mr. DelVerme has also been responsible for the design of box culvert structures, sign and signal structures, high mast lighting foundations and retaining wall structures for the Florida Department of Transportation, numerous county and city governments throughout the State of Florida, and for several aviation authorities. HANGARS ELECTRICAL AND STRUCTURAL ENGINEERING Marco Island Executive Airport, Collier County, FL Structural Engineer This project included construction of three 110 ft x 80 ft hangars with 90 ft x 22 ft clear door openings and eight 70 ft x 56 ft with 55 ft 4 in x 18 ft clear door openings at the Marco Island Executive Airport. The hangars were sized to accommodate Citation X and Citation V sized aircraft based on the stated design criteria for the program. AVCON was responsible for the following scope items: foundation and floor structural design; ventilation system for larger box hangars; electrical design including hangar and ramp wall -pack lighting, electrical service in hangars, and coordination of transformer size and location; security gate with electric operator; fire wall design to limit fire areas; fire code requirements for fire extinguisher locations, sizes and types; and fire suppression system. NEW TERMINAL FACILITY AND ASSOCIATED IMPROVEMENTS Marco Island Executive Airport, Collier County, FL Structural Engineer The scope of this $9.4M project includes a new terminal facility, associated landside improvements, demolition of the existing terminal, and expansion of the existing aircraft apron. The new terminal will be a two-story facility, approximately 15,000 sq ft, with landside facilities including vehicle parking and circulation roadways. Fire protection design includes fire suppression systems such as automatic fire sprinkler protection, portable fire extinguishers, and water supply; and building fire alarm. Mechanical/HVAC design comprises cooling systems, heating systems, ventilation systems, HVAC distribution systems, and HVAC controls. Plumbing systems design consists of plumbing fixtures, DWV systems, domestic water distribution systems, and domestic water heating systems. Electrical design included main building supply, electrical loads, lighting/day lighting, emergency power/generator, and grounding/lightning protection. Finally, telecommunication/security design included telecommunication systems, building security and access systems, CCTV, and intercom/PA systems. SECURITY ENHANCEMENTS Structural Engineer Immokalee Regional Airport, Collier County, FL This $584K project includes design, permitting and construction administration for the installation of access control equipment, supporting wiring, and dedicated primary and back-up power supplies. The project also includes installation of fencing, posts, rails, and gates as well as installation of wildlife fencing, posts, rails, and gates. Additional services include provisions for electrical and fiber optic systems, signage, and pavement repairs. CUSTOMS AND BORDER PROTECTION REMODEL Key West International Airport, Monroe County, FL Structural Engineer The $2.9M renovation and expansion of the existing CPB building had been planned to serve the increasing number of incoming passengers from outside the US. The project consisted of the expansion of the first elevated floor and roof on the north face of the building facing the airfield apron area. The purpose of the 20 ft x 44 ft expansion was to install a new baggage conveyor system on the ground level and increase the size of the baggage carousel and staging room on the first elevated floor. The building expansion was designed using the same framing system as the existing building, cast -in -place concrete beams and one-way floor slab supported on concrete frames. One unique feature of the structural design was the cantilevered elevated floor slab to avoid the existing buried electrical junction box and duct bank on the west edge of the new expansion. AVCON was responsible for the mechanical, electrical, plumbing, fire protection, low voltage, structural and civil engineering for the project. Collier County I RPS NO.: 20-7806 Tab 1 125 ABILITY OF PROFESSIONAL PERSONNEL MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL Structural Engineer This $7.9M project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq-ft MRO hangar with associated one-story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. CORPORATE AND BULK STORAGE HANGARS Greenville -Spartanburg International Airport, Greer, SC Structural Engineer The $1.9M project included a new 30,000-sq-ft bulk storage hangar with provisions for a future 8,000-sq-ft one-story attached office/shops area, and a new 16,000-sq-ft corporate hangar with 2,500 sq ft of associated office space. The project also included necessary drainage and utility enhancements to serve the two new hangars. These enhancements consisted of drainage improvements including treatment/attenuation storage areas; potable water and sanitary sewer services; fire supply water services including an estimated 300,000-gallon storage tank and 2,500 GPM diesel fire pump system; electrical power services; communication services; and natural gas service. Additionally, due to the size, nature, and use of the hangars, the fire suppression systems consisted of a high expansion foam system per NFPA 409 and fire sprinklers per NFPA13 in the office areas. FUEL FARM UPGRADE Valkaria Airport, Valkaria, FL Structural Engineer This project consisted of the removal and replacement of the existing fuel dispensing equipment in order to provide fuel dispensing at a single location and upgrade dispensing equipment. Components of the project included new fuel pumps, dispensers, hose reels, static grounding reels, fuel piping, automated fuel management system, electrical, and all other ancillary construction. ARFF STATION STRUCTURAL DESIGN Naples Airport, Naples, FL Structural Engineer This project consists of Professional Engineering design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Municipal Airport Terminal. The project site contains large tenant hangars, ramps with tie -down anchor positions, T-hangars, row hangars, a self -fueling station, and associated taxilanes. Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. Tie - down anchors had to be removed preceding milling and asphalt pavement removal and reinstalled after pavement placement. The project included 95,000 sq yds of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. AIRPORT TERMINAL AND HANGAR DEVELOPMENT Calhoun County Airport, Calhoun County, FL Structural Engineer This project consists of planning and preparation of design documents for construction of a 4,000-sq-ft terminal including architectural, structural, mechanical, plumbing, and electrical improvements; two, approx. 60-ft x 60-ft aircraft storage hangars with hydraulically operated one-piece doors including performance criteria for the metal building, foundation, electrical, mechanical, and plumbing improvements; and civil improvements to include site design for the new terminal and hangars, potable water and sanitary sewer improvements, drainage, minor parking lot modifications to accommodate the new terminal, and security improvements. Collier County I RPS NO.: 20-7806 Tab 1 126 ABILITY OF PROFESSIONAL PERSONNEL DANIEL CRUZ, PE Construction Inspector/Resident Engineer Mr. Cruz is a Resident Engineer with extensive experience in management, inspection and quality control of construction projects. His areas of expertise include promoting safety; ensuring contract documents are properly executed; Owner/Client, contractor, subconsultant, and stakeholder coordination; preparation of daily reports, weekly status reports, meeting minutes, change orders, certification logs, and submittal and RFI logs; evaluation and breakdown of certifications for payment; project schedule updates; preparation of cost estimates; and preparation of as -build drawings. Mr. Cruz has strong organization and follow-up skills including the ability to prioritize. He possesses strong communication skills and is bilingual in Spanish and English. RUNWAY 14-32 REHABILITATION Valkaria Airport, Brevard County, FL Construction Inspector The objectives of this $4M project were to extend the useful life of the existing pavements, to update the pavement geometry and to enhance the safety of air operations at the airport. Another component of the project involved installing a complete FAA Medium Intensity Runway Lighting (MIRE) system using LED technology for Runway 14-32. In addition, a new electrical vault with new electrical service connection was constructed. Existing runway threshold lights on Runway 10-28 were located and connected to the new electrical vault. The lighting, marking and signage was also replaced/upgraded for the future non -precision approach. TAXIWAY B RECONSTRUCTION Zephyrhills Municipal Airport, Zephyrhills, FL Construction Inspector This project primarily consisted of rehabilitating Taxiway B which was 5,150 ft x 35 ft. The project was divided into two separate bid schedules (to address AIP eligible and non-AIP eligible work). Bid Schedule A consisted of removal of existing asphalt surface course and limerock base course of Taxiway B (35 ft wide); placement of new P-401 GY (4 in) asphalt over 6-in P-211 Limerock base course; fillet widening at the Taxiway B/Taxiway A intersection; new construction at the Taxiway 3/Runway 1-19 intersection; new airfield markings; new LED lighting; and new LED signage. Bid Schedule B comprised removal of existing limerock and asphalt (outside 35-ft-wide Taxiway B limits) near the Terminal Ramp; placement of new P-401 GY (4 in) asphalt over 6-in P-211 Limerock base course; and crack sealing and seal coating the remaining Taxiway B pavement outside the reconstruction limits. TAXIWAY F EXTENSION AND TAXIWAY E Winter Haven Municipal Airport, Winter Haven, FL Construction Inspector The project consisted of extending Taxiway F to the Runway 5 and 23 ends, new construction of Taxiway E from the Runway 11 end to the intersection of Runway 5-23, and new blast pads on the Runway 5 and 23 ends. The pavement structure for all new pavements consisted of bituminous surface course on a limerock base course. The total asphalt quantity was approximately 7,225 tons of P-401 asphalt. The 10-ft-wide taxiway shoulders was constructed of compacted and stabilized subgrade. The electrical components of the project included new LED taxiway edge lights, cable and conduit, and signage. The project also included drainage improvements and marking new taxiway pavement and runway blast pads. RUNWAY 9R-27L REHABILITATION Orlando Melbourne International Airport, Melbourne, FL Construction Inspector This project included preliminary design/data collection; design surveys, geotechnical investigation, and pipevideo; development of construction plans, specifications, bid documents, opinion of probable construction cost and Engineer's Report; assisting the Authority with coordination with the FAA and FDOT, and bidding/award phase services. Design included variable depth mill and overlay, profile grade correction, blast pad removal and new construction, stormwater pipe replacement, pavement marking, grading, and ROFA clearing as well as new LED edge lighting and guide signs, FAA MALSR light adjustments, and associated vault work. The design also involved correcting the pavement geometry to conform to the latest FAA design standards. This consisted of variable depth asphalt leveling, in some areas requiring up to 6 inches of grade corrections. Planning, survey and geotechnical exploration were completed at night to minimize impacts to air traffic. In addition, the project included meetings and coordination with the airlines and tenants to coordinate the 60-day runway shut down. Collier County I RPS NO.: 20-7806 Tab 1 127 ABILITY OF PROFESSIONAL PERSONNEL TERMINAL APRON CPS Sebring Regional Airport, Sebring, FL Construction Inspector This $7.1 M project involved the rehabilitation/reconstruction of the Terminal Apron and associated infrastructure and Sebring Regional Airport. The existing concrete pavement, originally constructed in 1943 for the Army, had exceeded its design life and was showing significant pavement distresses. The project was split into two phases. Phase I included the reconstruction of the northern half of the Terminal Apron (49,000 sq yds of PCC), replacement of all the apron stormwater drainage infrastructure, and reconfiguration of both apron connector taxiways. Phase II (scheduled for construction in 2022) will involve the reconstruction of the southern half of the Terminal Apron, installation of a new apron edge trench drain, and replacement of the airfield electrical homerun. AVCON was responsible for Construction Management and full-time Resident Project Representation (RPR) to oversee the construction, assist with grant administration, and ensure the project is completed in accordance with the plans and specifications. Phase I construction began in February 2019 and was completed in April 2020. The project was completed ahead of schedule and within budget. TAXIWAY G AND NEW ELECTRICAL VAULT Ormond Beach Municipal Airport, Ormond Beach, FL Construction Inspector The scope of this $4M project consisted of survey and testing required for analysis of existing conditions, including airfield electrical; formulation of design alternatives with corresponding estimates; preparation of a comprehensive set of engineering design plans, contract documents, technical specifications, engineer's report and estimate, and construction management plan; preparation of an application for FAA design grant prior to beginning the design including any backup documentation; generation of safety plans and notes, as well as filing of the 7460 site study on-line for the project for FAA approval; and design of a full length Taxiway G parallel to existing Runway 17-35, run-up areas at each taxiway end, full taxiway marking per the runway classification to FAA specifications, new base -mounted LED taxiway lights per FAA standards and criteria, new home - run airfield lighting circuits back to a new electrical vault building, and new Runway End Identifier Light units on Runway 17 and 35 ends. The new electrical vault included a 13 ft x 30 ft pre -cast concrete wall building, site constructed, with new Airport Lighting Control System (ALCS), regulators, conductors, main and auxiliary panels, main disconnects, and HVAC System. A new diesel powered backup generator with support pad and appurtenances was also constructed. ELECTRICAL UPGRADES Zephyrhills Municipal Airport, Zephyrhills, FL Construction Inspector This $600K project located at Zephyrhills Municipal Airport in Zephyrhills, Florida, specifically the area of the existing Airfield Lighting Vault Location (AFL\) along Taxilane D. The overall project involved the demolition and excavation of the existing AFLV and the construction of a new AFLV directly across Taxilane D, as well as the relocation and upgrading of critical airfield lighting power, control, and all other necessary equipment and materials pertaining to the operation of a fully functioning vault building. AIRFIELD REHABILITATION PROGRAM Titusville -Cocoa Airport, Titusville, FL Construction Inspector The main component of the project is to construct new PAPI-2 units and electrical infrastructure on both ends of Runway 15- 33. The existing PAPI-2 units will be demolished. This project includes Obstacle Clearance Surface (OCS) and Light Signal Clearance Surface (LSCS) survey and penetration analysis. An FAA flight check will be required at the completion of the PAPI-2 installation. Additional work includes improvements to the existing electrical vault to accommodate the new PAPI-2 units and earthwork and grading around the existing and proposed PAPI-2 locations. The vault roof will also be replaced in this project. REHABILITATE RUNWAY 12-30 MIRL SYSTEM Martin County Airport, Stuart, FL Construction Inspector This project consisted of the rehabilitation of Runway 12-30 Medium Intensity Runway Lighting (MIRL) System. The project also included a study of the Electrical Vault and assessment report of the regulators and other equipment. New Runway End Identifier Light units were also included in the design. Many of the existing lights had exceeded their expected service life with differing manufacturers spread across the airfield. Replacing the existing incandescent/quartz lights with updated Light Emitting Diode (LED) fixtures, new cable, new lightning protection, and new conduit resulted in decreased utility and maintenance costs with an increase in brightness and reliability. Additionally, there was a decrease in the overall carbon emissions and maintenance costs due to the reduction in power requirements. Collier County I RPS NO.: 20-7806 Tab 1 128 ABILITY OF PROFESSIONAL PERSONNEL JASON TELISZCZAK Structural/Threshold Inspector Mr. Jason Teliszczak has over 17 years of experience in the engineering, environmental, quality, safety, and security fields. He has worked on a variety of projects including the Integrys/Peoples Gas Accelerated Main Replacement Program, a 20-year, 1900-mile gas main project; Amtrak ARRA ADA Mobility First Improvements, a rail station project through Iowa, Illinois, Indiana, Kentucky, Michigan, Ohio, and Wisconsin; construction and demotion of tollway plazas at the 1-88/294 exchange, Oakbrook Plaza, Dixon Plaza, and DeKalb Plazas; the 1-355 tollway patching; 1-55 interchange flyovers; IDOT bridge demolition and rebuild in Paxton, Illinois; Chicago Streetscapes Improvements; and the O'Hare International Airport Expansion concrete verification and testing. STRUCTURAL ASSESSMENT Orlando International Airport, Orlando, FL Structural Inspector Mr. Teliszczak inspected the beams, piers, and roadways for both the A and B sides of the terminal at Orlando International Airport for all three levels. He also inspected the arrivals, departures, and mass transit areas. Inspections were required to note any structural irregularities spurred from some construction on the upper level that went through the third level's decking. EMERGENCY ASSESSMENT: TERMINAL ENPLANE -DEPLANE CANOPIES Orlando International Airport, Orlando, FL Structural Inspector AVCON performed emergency structural field condition assessments of the terminal canopies steel -to -fabric attachments on the A and B sides of the Orlando International Airport following Hurricane Irma. AVCON completed non-destructive, visual inspections of the North Terminal canopy curb -side structures on Level 3 and Commercial Curbs, and made recommendations for temporary and permanent renovations. Mr. Teliszczak reviewed the canopies on both the A and B sides of the terminal for structural and integrity damage. MRO HANGAR AND ASSOCIATED OFFICE AND SHOP SPACES Treasure Coast International Airport, St. Lucie County, FL Structural Inspector This project consisted of design, permitting, bidding assistance, and construction administration phase services required for construction of new Pre-engineered Metal Buildings (PEMB) including a 28,500-sq-ft MRO hangar with associated one- story attached office/administrative space of 3,000 sq ft, plus a detached fire pump building space of 1,200 sq ft and a 200,000-gallon fire water ground storage tank. The hangar includes a 150-ft apron connecting to the existing Taxiway E. The hangar has been sized to serve aircraft up to the Airbus A320-200 and Embraer E-175 LR for MRO-type maintenance activities. The project included appropriately sized vehicular parking areas, and access drives to the site from the existing adjacent Jet Center Terrace. The project also included necessary drainage and utility improvements to serve the new hangar. INTERSTATE 1-75 STATE LINE ENTRANCE FEATURE FDOT District Two, FL Structural Inspector This project comprised structural design for the Welcome to Florida sign located at the Florida/Georgia State line. The design included architectural landmark wall paneling and concrete obelisks atop the northern most existing bridge overpass entering in state. The wall design included precast and cast -in -place concrete low walls at the bridge embankment faced with emblems and interfacing with metal fencing placed on the elevated bridge portions. AIRSIDES 2 AND 4 APM STRUCTURES CONDITION ASSESSMENT Orlando International Airport, Orlando, FL Structural Inspector AVCON completed an assessment of the Airside 2 and Airside 4 Automated People Mover (APM) structures and prepared a report of findings and conclusions. AVCON completed non-destructive, visual inspections and concrete sampling and testing of the exposed structural elements within the ride system. Field inspections of each airside APM system were performed in two phases in conformance with the Bombardier Transportation vehicle maintenance (UON) schedule and safety standards. These tasks were completed by utilizing a mobile aerial lift along Tug Road with appropriate MOT as well as physically walking along the top of the elevated plinths. Collier County I RPS NO.: 20-7806 Tab 1 129 ABILITY OF PROFESSIONAL PERSONNEL MARY `LATHY' ROCHE, �dArchitecture AIA, LEED AP Architect Cathy is co-founder, President, and majority stakeholder of Studio for Architecture. For nearly thirty years, Cathy's professional career has focused on formulating design concepts for various project types. She is often referred to as the "craftsman" because of her unique ability to integrate design and technical disciplines of the profession into one. Cathy's unwavering commitment to the design process has resulted in continued project successes, respect from her peers and a high level of satisfaction among her clients. Cathy has completed more than 9 million SF of projects in the past decade. Specializing in aviation and higher education designs, Cathy has worked with some of the top Colleges and Universities throughout the State, including the University of Central Florida, University of Florida, Florida Atlantic University, and Valencia College. Her Higher education experience most recently includes the new Dr. Phillips Academic Commons for the University of Central Florida and the renovation and addition of Newell Hall, the third oldest building on the University of Florida campus. Her aviation experience includes work on a $190 million renovation to the North Terminal at Orlando International Airport and her most recent experience designing the $250 million terminal expansion to Southwest Florida International Airport. Construction to start in 2021. Cathy's organizational skills, leadership and experience ensures that clients are provided with a coordinated set of documents and 3D BIM models to communicate the design intent at all phases of the project. She has managed complex design sub -consultant teams and has a proven track record of completing projects on -time. RELEVANT EXPERIENCE RSW Southwest Florida International Airport Terminal Expansion (LCPA) Lee County, FL Tampa International Airport- Airside A Tampa, FL Tampa International Airport- Airside E Tampa, FL Tampa International Airport -Remote Baggage Facility (Airside B) Tampa, FL Orlando International Airport- North Terminal Expansion I Orlando, FL Orlando International Airport- Airside 2 1 Orlando, FL Orlando International Airport- Airside 4 - Gate Expansion I Orlando, FL Logan International Airport- Delta Terminal I Boston, MA Ft Lauderdale International Airport Terminal 1 (Concourse B and C) I Ft Lauderdale, FL DOHA International Airport (Hamad International Airport) I Doha, Qatar Signature Flight Support - Executive Terminal and Hangars at San Jose International Airport Collier County I RPS NO.: 20-7806 Tab 1 130 ABILITY OF PROFESSIONAL PERSONNEL PASSARELLA SHANE JOHNSON & AssOCIATESX Senior Ecologist Senior Ecologist for Passarella & Associates, Inc., an ecological consulting firm providing environmental and ecological services. Services include state, federal, and local permitting; agency negotiations; presentations for planning, zoning, and board of county commissioner hearings; environmental impact assessments; ecological assessments; listed species surveys, permitting and relocation; state and federal wetland jurisdictionals; wetland mitigation assessments, design, permitting and construction observations; wetland mitigation banking management, design, permitting and construction observations; and environmental project management. REPRESENTATIVE PROJECT EXPERIENCE AVIATION Southwest Florida International Airport, Lee County Marco Island Executive Airport, Collier County Immokalee Regional All -park, Collier County Everglades Airpark, Collier County COMMERCIAL DEVELOPMENT Stonemart, Sarasota County Suncoast Plaza, Sarasota County INDUSTRIAL Pursuit Property, St. Lucie County Tampa Property, Hillsborough County INSTITUITIONAL Collier County Public Schools Site G, Collier County Collier County Public Schools Site L, Collier County RESIDENTIAL DEVELOPMENT Winding Cypress, Collier County Golf Club of the Everglades, Collier County The Preserve at Corkscrew, Lee County Timber Creek, Lee County Corkscrew Shores, Lee County Lakewood National, Manatee County Portico, Lee County The Place at Corkscrew, Lee County Peace River Island, Charlotte County San Marino, Collier County Lucaya, Lee County Waterside, Charlotte County ROAD PROJECTS Bonita Beach Road Phase 2, Lee County Bonita Beach Road Sections 4 and 5, Lee County Burnt Store Road Widening, Lee County WETLAND MITIGATION BANKS Bullfrog Bay Mitigation Bank, Polk County OTHER 1-75 and Collier Boulevard Utility Relocation, Collier County Collier County I RPS NO.: 20-7806 Tab 1 131 ABILITY OF PROFESSIONAL PERSONNEL ELIZABETH GAINES, PSM Surveyor Ms. Gaines has more than 30 years of experience in boundary, hydrographic, topographic and construction surveys with the last 22 years being in direct management of business, personnel and projects. She has supervised multiple field crews and survey technicians. She has been in responsible charge (division manager) of survey operations for a regional office of an ENR 500 design engineering firm. In 2001 Ms. Gaines established E.F.Gaines Surveying Services, Inc. and currently serves as its president. Ms. Gaines' professional experience includes managing a wide variety of surveying projects throughout southwest Florida. She has performed boundary, topographic, route, mean high water and erosion control line surveys, prepared subdivision plats and condominium exhibits, coordinated construction layouts and performed G.I.S. (Geographic Information Services) support services. The types of projects she has provided these services for include: roadway and utility design projects; projects involving designs for schools, parks, municipal buildings and airports; residential and golf course communities (single family, multi -family and condominium); stormwater management maps and property appraisal maps (G.I.S. projects). NAPLES MUNICIPAL AIRPORT For Various Engineers: Provided Topographic Surveys for the following design projects: North GA Ramp Rehabilitation, Runway 14-32 Drainage Improvements, GA-AOB Site Improvements, New Taxilane "F", Tower Drive Drainage Modifications, Taxiway "D" Extension and Taxiway "A" Run-up Apron. LABELLE AIRPORT Rodeo Drive and Airport Property Map: Provided Topographic Surveying for the Rodeo Drive Improvement project located at the LaBelle Municipal Airport. Provided Exhibit "A" Airport Property Map for the LaBelle Municipal Airport. ARCADIA AIRPORT RW 13-31 & T-Hanger Taxilane: Provided Topographic Surveying for the Turf Runway 13-31 (3100 LF) drainage improvement design project as well as for the T-Hanger taxilane rehabilitation project both at the Arcadia Municipal Airport, Arcadia, Florida. PUNTA GORDA AIRPORT GIS eALP: Provided ground surveying to assist client with preparation of a GIS eALP (Electronic Airport Layout Plan). We provided surveyed locations of Photo ID Points, Navigational Aids, Runway Ends, Thresholds and Runway Profiles. SOUTHWEST FLORIDA INTERNATIONAL AIRPORT ARFF, Parallel Runway and FPL Relocation Projects: Provided surveying services for the location of 40 miles of ribboned wetland lines, 37 sets of Water Level Nails and 37,000 LF of topographic transect lines. Provided topographic surveying for the areas within the existing and proposed FP&L easement alignments. Provided legal descriptions for easement acquisition. Page Field (FM 6 Perimeter Road Project: Provided Topographic Surveying of a proposed 14470 LF perimeter roadway corridor. PAGE FIELD Perimeter Road Project: Provided Topographic Surveying of a proposed 14470 LF perimeter roadway corridor. Collier County I RPS NO.: 20-7806 Tab 1 132 ABILITY OF PROFESSIONAL PERSONNEL JEFF D'HUYVETTER, PE Geotechnical Services 2EVETULLL Mr. D'huyvetter joined GFA International, Inc. (GFA is now Universal Engineering Services) in 2014 and is currently responsible for overseeing the Ft. Myers engineering operations of GFA. He also assists with the oversight and engineering for airport and Army Corps projects throughout south Florida. Operations include geotechnical evaluations, construction materials testing, structural design, building inspection, threshold inspection, forensic and plan review services for residential, commercial, public and industrial projects. For over 24 years he has worked on a variety of projects throughout the southeastern United States encompassing both design and construction. He has a wide range of experience in geotechnical, materials testing and engineering, and inspection services. Mr. D'huyvetter has focused on quality assurance and quality control for construction of major projects. FT. LAUDERDALE INTERNATIONAL AIRPORT Ft. Lauderdale, Florida QC Management and Inspection services under Tutor Perini Corp. for the Fort Lauderdale Airport Expansion of Runway 9R-27L, Phase I project. Services include CQC services, NPDES monitoring, QC manager, earthwork and concrete inspection. Project consists of expand and elevate Runway 9R/271-to an overall length of 8,000 feet and width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Tutor Perini's contract consisted of the construction of the runway and taxiway bridges over US-1 as well as the reconstruction/ reconfiguration of 10th Street and 7th Avenue east of US-1 around the eastern end of the runway and taxiway. PAGE FIELD Fort Myers, Florida Sr. Project Engineer for the design study for the rehabilitation of Runways 5-23 and 13-31 as well as Taxiways A, B, C, D and E. Project consisted of asphalt coring and testing for pavement evaluations, sampling of limerock base and subgrade at multiple locations beneath the existing pavement and SPT borings for design and rehabilitation support. SOUTHWEST FLORIDA INTERNATIONAL AIRPORT Fort Myers, Florida Project Engineer for multiple geotechnical engineering design studies, as well as materials testing and inspection services for construction, including but not limited to: • New Terminal Design and Construction • Multiple taxiway improvements and repairs • New parking garage and rental car structure • ARFF building • Preliminary Tower geotechnical exploration • Limited site prep for proposed Parallel Runway 6R-24L • Design and construction services for storm water conveyance improvements • Design services for proposed new utility alignments • Design and construction services for Terminal Access Road improvements • Geotechnical design studies for the proposed Parallel Runway 6R-24L • Construction Materials Testing and Inspection Services for the new tower Collier County I RPS NO.: 20-7806 Tab 1 133 TAB 2 : Past Performance D N PAST EXPERIENCE AVCON's similar past experience also includes providing Professional Engineering Services to the Collier County Airport Authority since 2016. This continuing contract calls for preparation of studies, design of construction plans and specifications and construction phase services for various projects conducted under the terms of the continuing agreement, Below are similar projects AVCON has performed for the Authority: Security Enhancements (Immokalee Regional Airport): Access Control: This portion of the project includes design; permitting; construction inspection; mobilization and demobilization; maintenance of traffic; demolition; and installation of access control equipment, support wiring, and dedicated primary and back-up power supplies, Fencing: This element of the project comprises design; survey; permitting; construction inspection and material testing; mobilization and demobilization; maintenance of traffic; erosion control; demolition; excavation; embankment; ground preparation; installation of fencing, posts, rails, and gates; sodding; seeding; provisions for electrical and fiber optic systems; signage; and pavement repairs in accordance with FAA Advisory Circular (AC) 150/5370-10G, Standards for Specifying Construction of Airports, Part 8 (Fencing). Wildlife Fencing: The scope of work consists of design, survey, permitting, construction inspection and material testing; mobilization and demobilization; maintenance of traffic; erosion control; demolition; excavation; embankment; ground preparation; installation of fencing, posts, rails, and gates; sodding; seeding; provisions for electrical and fiber optic systems; signage; and pavement repairs in accordance with FAA Advisory Circular 150/5370-10G, Standards for Specifying Construction of Airports, Part 8 (Fencing). CURRENTLY ON TIME AND WITHIN BUDGET Runway Rehabilitation Phase I (Everglades Airport): The purpose of this project was to develop a Runway Safety Plan, and Environmental Assessment and Permitting for the rehabilitation of the runway at Everglades Airpark, AVCON performed a runway length analysis and determined that the C172 requires a ground roll distance of 1,080 ft and 1,837 ft to clear a 50-ft obstacle, Currently, there are no known obstacles at either end of Runway 15/33. A runway width analysis was performed, and it was determined that Runway 15/33, a visual runway, would require a 60-ft width with 10-ft wide unpaved shoulders, AVCON developed seven alternatives in accordance with FAA Order 5200.8, Runway Safety Area Program. Order of magnitude cost estimates were developed, and a biological assessment was completed for each alternative. Based on these evaluations, it was determined that the runway length should be reduced from 2,400 ft to 2,349 ft to avoid the RSAs for each runway end impacting the mangroves that grow along the shoreline, Simultaneously, both runway ends were displaced providing a Landing Distance Available for each runway end of 2,109 ft, which can generously accommodate the Critical Aircraft, the C172. By shortening the runway. Not only could the mangroves remain untouched, but the FAA could accept the project as a Documented CATEX instead of a Focused Environmental Assessment. COMPLETED ON TIME AND WITHIN BUDGET Seaplane Ramp Focused EA (Everglades Airport): Collier County Aviation Authority was proposing to add a seaplane base complete with sea lane, seaplane ramp, and seaplane floating dock to the Everglades Airpark (X01), The Airpark is located just outside of the Everglades National Park, the Ten Thousand Islands National Wildlife Refuge, and Big Cypress National Reserve. A Seaplane Base Feasibility Study was completed in February 2016 and an environmental review was the next step. AVCON was hired to perform a Focused Environmental Assessment (FEA) for the proposed Seaplane Base based on the findings of the Feasibility Study. Collier County I RPS No.: 20-7806 Tab 2 11 PAST EXPERIENCE A Biological Assessment performed as part of the FEA determined that impacts associated with this proposal may affect but are not likely to adversely affect the American crocodile, the smalltooth sawfish, and the West Indian Manatee, and may affect the Florida bonneted bat, No publicly owned lands are located within the proposed seaplane base area. The flora and fauna found in the bottom sediments were surveyed as part of the FEA, It was determined that the minor impacts to wetland and Waters resources associated with the proposed seaplane base would be satisfactorily mitigated, The proposed seaplane base is not anticipated to result in unacceptable risks to human safety or property. v COMPLETED WITHIN BUDGET - SCHEDULE WAS EXTENDED TO ACCOMMODATE EXTENDED FAA AND AGENCY REVIEW. SCHEDULING AND BUDGET AVCON 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. Recent examples of AVCON's recent experience in minimizing change orders to stay on time and on budget; Project Construction .st Reasonfor ConstructionDays Reason Original Discrepancy � Owner Contractor reduced construction time by Rehab of RW $4,708,400 $4,530,095 Approved Change 255 days 213 days building a temp. TW and completing 2 of the 4-22, ZPH Order phases concurrently while keeping the airfield operational Rehab of RW $20,497,329 $18,884,729 Owner Approved Change 240 days 264 days RIF Weather delays 9R-27L, MLB Orders Rehab of RW 18R-36L, MCO $14,380,592 $14,302,916 Owner Approved Change 195 days 185 days Completed 10 days ahead of schedule Orders Rehab of RW 14-32, X59 $4,001,396 $3,596,278 Owner Approved Change 183 days Ev- 135 days Project completed ahead of schedule Orders AVCON has extensive experience in planning and designing projects for general aviation clients where every element of the project budget is and remains under significant financial pressure, The goal of each task is to complete the task in the most cost-effective method possible. Periodically, these methods involve minor compromises between overall budget considerations and regulatory standards. Dialogue with various agencies, contractors and technology vendors are necessary to keep the work and budget under control throughout the planning, design and construction. While many alternate approaches to tasks can be proposed, often the surest and most cost-effective solutions are tried and true remedies well-known to the contracting community. Among some more recent examples of AVCON's life -cycle cost efficiencies are combining multiple small project elements into a combination project of similar construction (i,e, lighting and electrical versus paving or drainage), full -depth recycling of pavements and introduction of low -energy LED lighting. AVCON has an extensive library of design solutions which have been utilized across Florida to create the most cost-effective design and construction solutions possible. We understand that conformance to project budgets is also a fundamental basis for our continuing work. This is and will remain a focus of the firm. AVCON has an established track record of meeting overall project budgets on all the firm's projects. AVCON urges the County to contact one or more of the Client References provided on the following pages regarding our record of cost control, Completed Reference Questionnaires and detailed project sheets are provided on the following pages Collier County I RPS No.: 20-7806 Tab 2 2 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Craig Sucich, PE/Mary Soderstrum, AIA/Mark Goodacre, ACE (Name of Individuals Requesting Reference Information) Name: Adam Hied (Former Airport Director) Company: Okeechobee County Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: us FAX: (321) 952-4592 1) 952-4590 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Continuing Engineering Services Completion Date: Ongoing Project Budget: Project Number of Days: Since 2001 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST EXPERIENCE Although the last Master Plan Update for the Airport was completed in 2007, the last conditionally approved Airport Layout Plan was dated 1996, due to an environmental easement that had been placed on the airfield without permission by the FAA. Through negotiations with the County, the FAA, and the Water Management District, this issue was resolved and a new Master Plan Update, Airport Layout Plan (ALP) and Exhibit 'A' Airport Property Inventory Map are being produced following FAA and FDOT guidelines that were implemented since the last ALP and Exhibit 'A"Update. Areas of concern during this study included the new Critical Aircraft determinations for existing and future operations, The FAATraffic Flow Management System Counts (TFMSC) were used for this determination, which identifies the largest aircraft or group of aircraft that fly over 500 annual operations at the Airport, This Critical Aircraft becomes the aircraft around which the airfield is designed, both around the existing critical aircraft and the future critical aircraft, However, as the TFMSC counts are not complete and casual observations would indicate that larger aircraft are using the Airport on a regular basis, AVCON has set up an Automatic Dependent Surveillance — Broadcast (ADS-B)/commun!cations based aircraft operations counting system on the Airport to collect this data for a full year. This method of collecting and documenting aircraft operations is accepted by the FAA in the determination of the Critical Aircraft and in the counting of annual operations. In addition to the usual elements of an Airport Master Plan Update, this study also included the addition of a detailed listing of identified obstacles and their proposed disposition should they penetrate or come within ten feet of penetrating any of the FAR Part 77 navigational surfaces or the FAA AC 150/5300-13A siting surfaces, The tracing of ownership and the retrieval of deeds of all parcels and easements associated with the Airport since the return of the Airfield to the City by the War Assets Administration at the end of World War II was also included in this study as part of the updating of the Exhibit "A', Future Capital Improvement Program (CIP) projects include the redesign of the terminal and restaurant parking area, which will include significant drainage improvements; an expansion of the terminal area aircraft parking ramp to include a new aircraft runup area, the rehabilitation of Runway 5/23 and Runway 16/34; the replacement of the AWOS III weather reporting station; additional T-hangar and corporate hangar facilities, the rehabilitation of the entrance road, the extension of Runway 5, and the relocation of Taxiway B. 1 would not of been able to get Okeechobee airport to the next phase of development without A/CON backing me every step of the way. Adam Hied Former Airport Director Okeechobee County Airport 74) Collier County I RPS No.: 20-7806 Tab 2 13 PAST EXPERIENCE AVCON has served as a Prime Consultant to the Okeechobee County Airport since 2001. Some of the tasks completed under this General Consulting Services contract have included; On -Call Services, JACIP, SFWMD Compliance, Industrial Park Zoning, Airspace, and Other Issues (Ongoing): This work involved the complete planning, funding and grant support, and all construction phase services for rehabilitation of the airport's primary runway, the primary parallel taxiway and the terminal apron using a variety of techniques including cold -in -place recycling, mill and overlay, P-401 SuperPaveTm asphalt concrete, The work incorporated new airfield lighting and signage, airfield markings, many other support roles as requested from time to time, Obstruction Clearing (2018-2020): This project involved survey, identification and removal of obstructions to the approach surface for all runway ends for the airport, primarily tree clearing and fence relocation. Upgrade Airport Security and Access Control (2012-2016): This $154K project consisted of design, equipment selection and specifications, plans, and bid documents along with construction phase services to upgrade existing access gates, replace gate operators, install new access control hardware and software, and install new CCTV cameras. Master Drainage Plan Update (2012-2014): The original Master Stormwater Plan was based on minimizing wetland impacts to an estimated 73 acres over 17 designated wetlands and providing stormwater treatment facilities with combination dry pretreatment and wet detention ponds. After the plan was submitted to the SFWMD more stringent FAA criteria for elimination of wildlife attractants on airports was adopted, and the County decided to pursue elimination of all on -site wetlands through mitigation. AVCON updated the Conceptual Master Stormwater Plan to eliminate wet detention ponds to comply with current FAA criteria. This included a complete redesign and stormwater modeling of the 827-acre airport for dry -detention treatment in accordance with the accepted SFWMD requirements. This revised Conceptual Master Stormwater Plan was coordinated with the District and submitted as a formal response to their Request for Additional Information. Pending the final resolution and approval of an Offsite Mitigation Plan, the Conceptual Permit will be issued. The first project under the new permit is anticipated to be the removal of approximately 32 1/2 acres of wetlands immediately adjacent to Runway 32. Future airport development and improvements in both the airside and landside areas will be implemented under the new dry -detention stormwater treatment systems design. Taxiway A Extension - West (2012-2014): This $747K project extended Taxiway A to serve the airport's future FBO/Hangar development areas. The extension was approximately 1,000-ft, and included three connector taxiways to the development site. Collier County I RPS No.: 20-7806 Tab 2 14 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Sandeep Singh, PE/Craig Sucich, PE/Robert "Bobby" Palm, PE/Carl Johnson, ACE/Mary Soderstrum, AIA (Name of Individuals Requesting Reference Information) Name: George Speake (Evaluator completing reference questionnaire) Email: gspeake@osaa.net Company: Orlando Sanford International Airport (Evaluator's Company completing reference) FAX: 407-585-4545 Telephone: 407.585.4517 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: On Call Consulting Services Contract Completion Date: _2003-Ongoing Project Budget: NA Project Number of Days: _NA Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 PAST EXPERIENCE AVCON has served as a Prime Consultant to the Sanford Airport Authority since 2003. Samples of projects completed for the Authority contract have included; Taxiway R Reconstruction and Terminal Apron Expansion (2016- 2019): This $12.2M project included design services to expand the existing apron to accommodate additional aircraft parking near the Terminal. The current Terminal Apron had reached its expansion limit to the east (parallel to Taxiway C), The apron expansion geometry accounts for future Terminal Expansion to the southeast, as identified on the current FAA approved Airport Layout Plan (ALP) to ensure the apron parking would not obstruct any future airport development or protected areas/surfaces such as the Runway Visibility Zone (RVZ). The parameters for both the geometry and the pavement design for the Apron Expansion were based on ADG V, TDG 6 aircraft (A340-600), to support current Airport needs. In order to build the Terminal Apron expansion contiguous to the existing apron pavement as shown in the ALP, the Air Traffic Control Tower (ATCT) would need to be relocated. Since the Airport was not prepared to complete the ATCT relocation at the time, the apron expansion was aligned with the future terminal apron expansion beyond the existing ATCT Therefore, access to the Terminal Apron Expansion would be via Taxiway R. In order to support the proposed ADG V, TDG 6 aircraft, Taxiway R needed to be widened and strengthened from Taxiway C to the apron expansion entrance, which is encompassed. The design also included associated edge lighting, airfield signage, apron lighting infrastructure, existing asphalt pavement demolition and construction, clearing, grading, and drainage improvements and permitting. The geometry of the apron was optimized to provide ideal aircraft maneuvering and maximum parking capacity and a ramp utilization plan was completed. Runway Incursion Mitigation (RIM) and Hot Spots (2016-2019): This $1,2M project included Design, Bidding, Construction Administration, and Full Time Resident Project Representative (RPR) services to address two hot spot locations on the airfield, as well as provide electrical marking, signage, and lighting upgrades to multiple locations throughoutthe airfield. Whilethis projectwas not specificallyfunded bythe FAAs RIM program, it did modify two FAA identified "hot spots" to allow for safer operations and to mitigate runway incursions on the airfield. Runway 9R-27L is the third parallel runway at the airport that includes an ILS approach and is primarily used for General Aviation operations. Taxiway R and Runway 18-36 both intersected the far western end of Runway 9R where the two hot spots were located. To mitigate the issue, the Runway 9R pavement was removed to east of Runway 18-36, therefore deconflicting the pavement and eliminating the hot spots. In addition, multiple airfield signage, lighting/circuiting, and markings were improved, which included replacement of older incandescent signage and lights with newer, more energy efficient LED versions of the navigational aids. Finally, a component was included at the end of the project to update the eALP by establishing the new end of Runway 9R pavement in the FAAs AGIS database. Collier County I RPS No.: 20-7806 Tab 2 15 PAST EXPERIENCE Taxiway B, C and L Rehabilitation (2018-Ongoing): This $12M project includes rehabilitation of a large portion of the taxiway system west of Taxiway R, with focus on Taxiway B. Significant surface cracking was identified on these taxiways, and this rehabilitation project is designed to resolve the concerns posed by these cracks and improve the taxiway system to the standards required by their usage. These improvements will consist of a milling of the surface pavement to a depth that will remove a large percentage of the surface cracks, an overlay to bring the asphalt up to grade, and construction of new paved shoulders. High-speed Taxiways B3 and B4 will be demolished and replaced with new connector Taxiway B4, Taxiway B between Taxiways L and R will be rehabilitated by milling and overlaying with crack repair, Extension of Runway 9L-27R (2010-2012): This $13,91M project consisted of technical engineering design, establishment of base sheets, specifications, cost estimating, and construction management in connection with the airfield lighting and NAVAIDS associated with the extension of Runway 27R from 9,600 ft to 11,000 ft and the subsequent extension of Taxiway B to accommodate the new runway length, Work included updating the overall runway length of Runway 9L-27R and providing improvements to the Runway and Taxiway lighting systems associated with the extension, These lighting improvements consisted of new runway edge lighting, new threshold lighting, new LED signs, new LED taxiway edge fixtures and a new LED internally lighted wind cone, In addition, new sign panels and new LED signs were installed at locations where the existing taxiways were re -named. The completed project was further enhanced with new FAA Instrument Landing Systems (ILS) and Visual NAVAID systems being designed in conjunction with the pavement improvements, Coordination with the FAA on the design of the ILS and Visual NAVAIDS for the runway extension was paramount during the design phase. On Runway 27R the improvements comprised design of a new MALSR installation, PAPI installation, relocation of the existing glideslope facility and updating an existing localizer facility, On Runway 9L the airport improvements included design of a new glideslope facility, Iocalizer facility and PAPI system. In addition a new Fiber Optic Transmission System (FOTS) was designed to provide communication between the new and existing NAVAID facilities to the ATCT on a fiber optic network, The project also integrated the reconfiguration of lighting controls to the ATCT, and detailed construction phasing to maintain the NAVAIDS in operation during construction to minimize overall outage time. Lastly, in accordance with FAA Engineering Brief EB- 79, NAVAID items not fixed by function were located outside the runway safety area and object free as required, For the PAPI, AVCON coordinated this new standard with the FAA and the equipment suppliers to locate fused disconnect and transformer outside the ROFA, and the Power Control Unit (PCU) outside the RSA as permitted by equipment design limitations. This is one of the first new systems installed in compliance with EB-79, Collier County I RPS No.: 20-7806 Tab 2 16 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7802/20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Craig Sucich, PE/Sandeep Singh, PE/Robert "Bobby" Palm, PE (Name of Individuals Requesting Reference Information) Name: Kerry Keith Company: Naples Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kkeithna,flynaples.com FAX:239.643.4084 941.643.4804 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: North Ramp Rehabilitation Project Budget: _$2,282,550 Completion Date: Ongoing Project Number of Days: NA Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS PAST EXPERIENCE AVCON has served as a Prime Consultant and Subconsultant to the City of Naples Airport Authority since 2003. Some of the projects completed for the Authority have included; ARFF Building Replacement (2017-2020): In March 2018, Naples Municipal Airport programmed the construction of the ARFF Building Replacement beginning with the site selection process. The Prime Design Team coordinated the site and all the individual building requirements for the three apparatus bays and office layout, which was designed in Revit 2018, AVCON provided structural engineering services for the building framing from the data collection phase through bid documents as well as bidding phase assistance. AVCON provided value to the Authority by shortening the design development phase with the utilization of a previous design used in the Virgin Islands to withstand the similarly high design wind speeds. The single -story masonry, steel, and cold formed steel truss building included several mezzanine levels to serve as storage areas in the apparatus bay and mechanical mezzanine in the office wing. In early summer of 2019, the permitting and construction bidding phase concluded with construction budget of $6.5M. North GA Ramp Rehabilitation (2020-Ongoing): This $2.2M project consists of design, bidding, and construction administration phase services for the rehabilitation of the flexible asphalt pavements of the North General Aviation ramp and taxilane areas located north, northeast, and east of the Naples Municipal Airport Terminal. The project site contains large tenant hangars, ramps with tie -down anchor positions, T-hangars, row hangars, a self -fueling station, and associated taxilanes. Historical records showed those pavements were originally designed as 2.5-in. of P-401 Asphalt over 6.0-1n. to 8,0-1n. P-211 Lime Rock Base (FAA Technical Specifications). The latest dates of construction or sealing/rejuvenation for these pavements occurred 25 to more than 30 years ago. Exploratory pavement cores revealed that pavement wear and oxidation had left less than the full 2.5-in. asphalt design thickness, and full -depth asphalt cracking has occurred in some areas. A recent FDOT Pavement Condition Survey rated PCI values for the areas from 49 (Poor) to 76 (Fair). Preliminary services consisted of a topographic survey of the pavements, stormwater structures, and sanitary sewer structures, up to 30 pavement cores to determine asphalt and base thicknesses, and closed-circuit televising the storm and sanitary pipes to assess the condition, and any notable distresses in need of remedial repair. Portland Cement Concrete aprons were designed around the T-hangars and other hangar buildings to keep flexible paving operations a safe distance away from the structures to prevent damage. Tie -down anchors had to be removed preceding milling and asphalt pavement removal and reinstalled after pavement placement. The project included 95,000 sq yd of asphalt pavement removal/milling and 12,000 tons of new asphalt placement. Collier County I RPS No.: 20-7806 Tab 2 17 PAST EXPERIENCE Rehabilitation of Runway 14-32 and TaxiwayA (2013-2016): The $2,3M runway project consisted of design, bidding, and construction phase services for the Rehabilitation of Runway 14-32 at Naples Municipal Airport. The airport had two paved runways and a turf landing strip. Runway 5-23 was the primary runway and was rehabilitated in 2010. Runway 14-32 is the crosswind runway, Prior to this project, the runway pavement had not required any substantial improvements since the 1970s, and the original underlying construction dated from the 1940s, Both the full-strength pavement and the asphalt shoulders were in relatively poor condition and in need of rehabilitation, Therefore, the design called for milling and resurfacing 3-in's and providing an Asphalt Rubber Membrane Interlayer (ARMI) to prevent crack reflection through the newly paved asphalt structure. The airport had not previously utilized an ARMI layer for deterrence of reflective cracking, Therefore, as part of the design, AVCON revisited the performance of its several previous ARMI projects and presented documentation in support of this method, During construction, the Contractor utilized a paving sub -contractor specializing in this pavement, which proved to be successful. Phasing of the project construction was also a critical concern as the work was performed during the airport's peak seasonal period, Paving at the primary parallel Taxiway A also had to be specifically timed to avoid aircraft crossing over the ARMI layer, and subsequent paving the Test Strip across the full width intersection before opening to traffic. The project was brought into completion within time and budget, with surplus funds available to address some additional adjacent drainage and pavement repairs. Water Management System Improvement and Taxiway A Extension (2015): For the $3.8 M Taxiway A Extension assignment, AVCON provided planning, design, bid phase and construction phase services, including a new run-up pad to connect to the end of the previously lengthened end of Runway 23, AVCON provided engineering services for the pavement, airfield lighting, signing, and pavement marking for this project, The Taxiway A Extension was an integral portion of the construction that included major water management system improvements. The project included partial reclamation and back -filling of an existing wet stormwater pond to create the safety area necessary for the Taxiway A extension. 1 have known and personally worked with Mr. Robert Palm, Project Manager for AVCON, on several important projects including the North General Aviation Ramp Rehabilitation Project. This fast track design and construction project is very soon nearing completion on -time... Due to thorough and well -thought out plans and technical specifications, the construction is also within budget, with no last-minute change orders anticipated. Throughout the design, bidding and construction of this project, AVCON has demonstrated the highest degrees of professionalism and commitment both to the Authority's staff and to the other airport stakeholders. AVCON, and Mr. Robert Palm as Project Manager, have met and exceeded our expectations for this project. Based on their work on this assignment, and prior services to the Authority, 1 would be pleased to recommend them for airport engineering, or construction administration and inspection services, without limitation. (1111212020) Kerry Keith Senior Director of Airport Development .77 Collier County I RPS No.: 20-7806 Tab 2 18 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Sandeep Singh, PE/Mary Soderstrum, AIA (Name of Individuals Requesting Reference Information) Name: Alex Vacha Company: Winter Haven Regional Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 863.291.5623 863.298.4551 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Planning and Engineering Services Completion Date: Ongoing Project Budget: NA Project Number of Days: Since 2014_ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST EXPERIENCE The Master Plan and ALP Update study considered future airport improvements for a 20-year period of 2014 to 2033. This was further broken into three phases, The airport improvement projects will be undertaken Short- term (2014-2018), Mid-term (2019-2023), and Long-term (2024-2033). This project provided an update to the previous Master Plan completed in September 2004. The Master Plan Process identified the existing facilities and their condition. Current and future aviation activity demands were also identified, and facility requirements were developed to meet the aviation activity demands, This Master Plan Update provided guidance for future development over the planning period that satisfies the demand in an efficient, safe, and financially feasible manner, as well as serves as a guide for the City, the Aviation Advisory Board, and the funding agencies. A highlight of this master plan was the development of a plan for a commercial plaza with a hotel, anchor store, and several out parcels along West Highway 92, where the airport is located. Another highlight was the development plan for the world headquarters of the Seaplane Pilots Association that would include a seaplane ramp on Lake Hartridge, The major focus of the ALP Update was the shifting of the focus of the taxiway system. With the construction of the new terminal several years previously on the opposite side of the airfield, there is now a need to restructure the flow of the taxiways from the southern side of the Airport to the northern side of the airport. The master plan and ALP focused on completing partial taxiways and adding full-length parallel taxiways with the goal of providing better access from the two -runway airfield to the new terminal. With the north side of the airfield opened by the enhanced taxiway system, there is now an opportunity to meet the demand for more and larger corporate hangars with direct access to West Highway 92, Jack Brown's Seaplane Base is located adjacent to the Airport but the only access to their facilities is through the Winter Haven Airport, Unfortunately, the access road traveled through one of the Airport's RPZs and the FAA and the FDOT were insistent that the road be moved, The moving of this small road involved a new curb - cut and entrance off West Highway 92, which involved much coordination with FDOT It also involved a very carefully planned route around the RPZ while avoiding the lake on which Jack Brown's is located as well as other wetlands, Collier County I RPS No.: 20-7806 Tab 2 19 PAST EXPERIENCE AVCON has served as a Prime Consultant to City of Winter Haven/Winter Haven Regional Airport since 2014, Sample projects completed under this General Consulting Services contract have included; Taxiways E and F Design (2017-2019): This $4.1 M project included coordination of survey and testing required for analysis of existing conditions, including airfield electrical; formulation of design alternatives with corresponding estimates; preparation of a comprehensive set of engineering design plans, contract documents, technical specifications, and engineer's report in accordance with FAA AC 150/5300-13A, Change 1, for ADG-I, TDG 1 A criteria; generation of safety plans and notes, as well as filing of the 7460 site study online for FAA approval; generation of a Construction Safety and Phasing Plan (CSPP) for FAA approval; full taxiway marking per the runway classification to FAA specifications; and new base - mounted LED taxiway lights per FAA standards and criteria, Fuel Farm and Pilot Comfort Station, Design Build Criteria Package (2015-2016): The project consisted of the development of a Design Criteria package to enable the bidding and construction of an Airport Fuel Farm Facility and Pilot Comfort Station, The fuel farm consists of one 12,000-gallon Jet A Tank, one 12,000-gallon AvGas Tank and one 500-gallon MoGas Tank, In addition, a Spill Prevention Control and Counter Measures (SPCC) Plan with Mandatory Training was completed, The tanks were installed aboveground, are double - walled, and meet the requirements of all applicable codes, The facility allows for remote monitoring for leak detection and inventory control, Also, included in this package are the removal and disposal of the existing aboveground tanks and fuel system adjacent to the old terminal building, Access Road and Clearing (2017-2020): For this $600K project AVCON developed a layout amongst all of the environmental and safety constraints set forth by the site that did not require any major tree clearing, The proposed access road traverses wetlands, which required close coordination with the Southwest Florida Water Management District in completing an Environmental Resource Permit for the project to satisfy the water quality and attenuation requirements while minimizing impacts to the identified wetlands. Wetland mitigation credits were purchased by the Airport to offset the wetland impacts of the project, Professional services performed under this assignment include project surveying, geotechnical, environmental and drainage investigations, final design, and the development of construction documents. Close coordination with multiple agencies and constant updates to the project layout and cost estimates were required based on agency input, Permitting efforts were carried out with the SWFWMD, the FDOT, the Army Corps of Engineer's and the Florida Deoartment of Environmental Protection, Collier County I RPS No.: 20-7806 Tab 2 110 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON, INC. (Name of Company Requesting Reference Information) Russell (Russ) Holliday, PE/Mary Soderstrum, AIA/Tim Shea (Name of Individuals Requesting Reference Information) Name: Ramon Senorans Company: Kissimmee Gateway Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: rsenorans@kissimmee.org FAX:407.847.3399 Telephone: 407.518.2537 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: On Call Consulting Services Contract Completion Date: _2015-Ongoing Project Budget: NA 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 consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS PAST EXPERIENCE This $2,1 M project consisted of construction of 10,000 sq ft NFPA 409 Group III Aircraft Storage Hangar and 6,000 sq ft of supporting offices which included a pre-engineered metal building as well as hangar and office spaces with supporting structure; main balcony with supporting structure; hangar catwalk and rear balcony with supporting structure; fire protection systems; electrical support systems; mechanical and plumbing support systems; components, cladding, and glazing systems; access control systems; and complete site work including asphalt parking lot/access, PCC sidewalks, airside support ramps, marking, potable water/fire main, and septic system with drainfields. Once designed and approved for construction, the project presented several challenges that were overcome with good planning, engineering, and resourcefulness. One of the major challenges included the construction of the new building and apron which was being constructed on the same parcel as the existing flight school. The project was on one of the oldest leaseholds on the airport and was basically the initial step in the revitalization of the airport's southeast quadrant, Coordination and planning to maintain access to the existing business for the public, students and staff was a major obstacle and safe, workable solutions had to be sought on a daily basis. In addition, access had to be maintained to the airfield for aircraft access and egress. The contractor and project manager had to be especially knowledgeable and resourceful in understanding and communicating the needs of everyone involved to avoid problems and work stoppages. The hangar and attached offices were designed with care and consideration to achieve certain efficiencies in pilot training and aircraft maintenance. The architectural elements utilized make this facility stand out aesthetically, It also needed to blend harmoniously with its surroundings and provide an economic and efficient solution to SunState's needs for a new facility. The facilitywas a significant development for the Airport and replaced an old, functionally obsolete flight school with a new larger building that will sustain the current volume of flight training with greater efficiencies and allow this vital segment of aviation to grow safely and supply pilots for the aviation industry, The SunState project was awarded the SEC-AAAE 2014 General Aviation Architectural Project of the Year as well as the FDOT 2014 General Aviation. The innovative design and eye catching architectural features of SunState Aviation's facility has set the standard for future redevelopment of the airport's southeast quadrant. Our preliminary design for the future replacement control tower, to be located adjacent to the SunState complex, reflected many of the same design elements and colors in the SunState design. This look will carry over to other development set to take place in the remainder of this quadrant within the next five years. Terry Lloyd, AAE 171 (Retired) Director of Aviation, Kissimmee Gateway Airport Collier County I RPS No.: 20-7806 Tab 2 111 PAST EXPERIENCE AVCON has served as a Prime Consultant to City of Kissimmee/ Kissimmee Gateway Airport since 2008, Sample projects completed under this continuing contract within have included; Taxiway E Extension (24 End) (2016-2019): This project consists of the construction of Taxiway Echo pavement and run-up area, adjacent compass rose, edge lighting, grading, marking, and relocation of navigational aids. This project also includes a medium intensity taxiway lighting system, upgrading the system's constant current regulator, vault work, cable and duct markers, junction bases, ground rods, and other electrical items necessary to meet FAA standards, Work includes removal of one or more existing hangar buildings and foundations, associated apron pavements, underground utilities, tanks, and other facilities which currently obstruct the proposed alignment and construction of the Taxiway Echo improvements, -- 737 Hangar Study (2016): This project was to develop an airport planning study in the Southeast quadrant of the Kissimmee Gateway Airport near the Runway 6 end that would provide a taxiway to the area, a hangar that would accommodate MRO services for two Boeing 737 aircraft simultaneously with the aircraft parked nose to tail in the hangar. The hangar would have supporting shops and administrative spaces adjacent to the hangar. At least four additional Boeing 737 aircraft should be accommodated on the associated apron along with various general aviation and corporate aircraft, Employee parking for up to 100 employees should be provided along with vehicular access to the site, Ajet blast fence and/or a hush house was also considered. Rehabilitation of Runway 6-24 (2011-2014): This $2,8M project consisted of design and bid phase services for the rehabilitation of Runway 6-24; design provision for Runway 6 standard blast pad; airfield lighting, vault, and navigational aid analysis and design to consider future Runway 6 extension and LED versus Quartz/Halogen technology; temporary and permanent runway marking design; stormwater design and ERP permit application; comprehensive land survey and geotechnical testing programs; comprehensive project and cost administration phase services; and FAA grant pre -application services„ Collier County I RPS No.: 20-7806 Tab 2 112 Coilier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Craig Sucich, PE/Sandeep Singh, PE/Robert "Bobby" Palm, PE (Name of Individuals Requesting Reference Information) Name: Mike Willingham Company: Sebring Airport Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: 863.655.6447 863.655.644 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Terminal Apron Expansion Completion Date: May 18, 2020 Project Budget: 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 consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST EXPERIENCE Since 2008, AVCON has served as General Engineering Consultant (GEC) to the Sebring Airport Authority, providing comprehensive airport planning, engineering, and construction services, The scope of services under this airport GEC contract consists of general consulting, funding procurement and grant administration, planning and programming, engineering design, master planning, permitting, land surveying, construction management and inspection, and program management for SEF's planning and development projects, Among the tasks undertaken for the Airport within the last 3 years are the following; Terminal Apron Rehabilitation Construction Management and Inspection (2018-2020): This project involved an $81VI rehabilitation/ reconstruction of the Terminal Apron and associated infrastructure. The existing concrete pavement, originally constructed in 1943 for the Army, had exceeded its design life and was showing significant pavement distresses, With the increase in corporate jet traffic, and the possibility of larger aircraft utilizing the airport for maintenance, it was decided that the terminal apron should be reconstructed using a concrete pavement section, The existing concrete pavement was removed, crushed on -site, and recycled as P-219 Crushed Concrete Base Course. A concrete batch plant was set-up on the airport to provide a consistent mix and volume of P-501 Portland Cement Concrete for the paving operation, which involved slip forming a 9-inch PCC section on top of the base course, In addition to the apron reconstruction, the entire stormwater drainage system for the apron was replaced, This included a new apron edge trench drain, 18" lateral reinforced concrete pipes, and new drainage structures. To meet FAA safety requirements, Taxiway connectors A2 and A3 were relocated to eliminate a direct connection from the runway to the apron, The relocation of these taxiway connectors involved grading, asphalt paving, and adjustments to the taxiway edge lights and signage. Construction began on February 4, 2019 and was completed in June 2020. Hurricane Irma Damage Assessments (2017-2018): On September 10, 2017, Hurricane Irma hit Sebring Regional Airport, causing approximately $71VI in damages, Once the storm had cleared and the roads were open, an AVCON response team comprised of civil and structural engineers arrived onsite and spent two days inspecting buildings, stormwater infrastructure, and perimeter security fencing, Based on the site assessment, repair and reconstruction recommendations were provided, which included cost estimates and other details needed for FEMA and insurance reimbursement. Some of the repairs that were recommended and implemented included Terminal Building roof replacement, Building 60 roof replacement, Building 104 roof replacement, T-hangar door repairs, Building 103 reconstruction, Building 33 reconstruction, perimeter security fencing repair and replacement, drainage canal dredging. Collier County I RPS No.: 20-7806 Tab 2 113 PAST EXPERIENCE Building 33, 60, and 103 Replacement and Repairs (2017-Ongoing): These building projects are all related to Hurricane Irma damage sustained in 2017. The damage resulted in the demolition and replacement of a corporate hangar (Building 33), installation of a new foam roofing system and associated repairs to the historic Army Air corps hangar (Building 60), and demolition and replacement of a 5-bay commercial hangar (Building 103). AVCON was tasked with managing the construction of all three building projects simultaneously, which included two different engineering firms and two different contractors. Serving as the SAA authorized representative, AVCON coordinated shop drawings submittal reviews, responded to RFI's, reviewed pay requests, and participated in inspections with the design engineers, Building 33 and 60 were completed before the 2019 holiday season, and Building 103 was completed in February 2020, Airside Development Planning (2020): This project involves the preliminary planning and programming for a new airside hangar development, The proposed development includes four new commercial hangars (ranging in size from 8,000 sf to 15,000 sf), a new concrete apron, vehicle parking lots, access road, and associated utilities, Hangar design criteria were established for each building, and a preliminary site plan was created to maximize the development potential of the parcel, while meeting local City and County building codes and set -back requirements, Anticipated utility demands for each hangar building were estimated and compared to existing utility capacities, Programming for the new airside hangar development included preliminary cost estimating, phased funding plans, and an update of the JACIP. Renderings were created to assist the Airport with marketing of the new airside hangar development. Collier County I RPS No.: 20-7806 Tab 2 114 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: 20-7806 Reference Questionnaire for: AVCON. INC. (Name of Company Requesting Reference Information) Russell (Russ) D. Holliday, PE/Sandeep Singh, PE/Mary Soderstrum, PE (Name of Individuals Requesting Reference Information) Name: Olivia Minshew Company: City of Wauchula (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: ominshew@cityofwauchula.com FAX: 863.773.0436 Telephone: 863.773.9193 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: On Call General Consulting Services Completion Date: Ongoing Contract since 1996 Project Budget: NA_ Project Number of Days: NA Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 PAST EXPERIENCE AVCON has provided on -call General Consulting Services to the City of Wauchula since 1996. Services include; grant coordination with FDOT and FAA, and other project specific work orders as required by the City. Projects within the last 5 years have included; Rehabilitate, Mark, and Light Runway 18-36, PAPI-4, and Obstruction Removal (2016-2019): This $485 K project comprised rehabilitating the existing Runway 18-36 as well as standard Blast Pad design provisions on both ends, Medium Intensity Runway Light (MIRL)rehab! Iitation, REIL units, Air field Lighting Vault study and necessary modifi cations, Navigational Aids (PAPI-4) analysis and design to consider LED technology, temporary and permanent Runway Marking design, stormwater and environmental review design, and obstruction clearing in both approaches per the latest AMPU. The purpose of this rehabilitation was to extend the useful life of the runway pavement and to enhance the safety of operations at Wauchula Municipal Airport, The final pavement design resulted in 2,5" to 3" of P-401 GY (Hot Mix Asphalt) and 6,5" of P-21 1 Limerock, Extend Hangar Access Road and Modify Retention Ponds (2015-2016): The $591 K project had two main components; Extend Hangar Access Road and Modify Wet Detention Ponds, The first component consisted of constructing approximately 1700 linear feet of main access roadway between the airport's entrance road (Maurice "Sonny" Clavel Road), and the existing access stub road. This component also included painted surface markings, turfing around the perimeter of new construction, and associated drainage to convey runoff via pipes and swales to the wet detention ponds. The purpose of this project was to provide aircraft access and staging for proposed airside T-Hangars and corporate hangars to the east, and future landside commercial/ industrial lots to the west. A part of the project included the addition of access. The second component consisted of modifying the upper banks of the existing wet detention ponds by excavating the sides from an existing slope of 6:1 to a steeper 2:1 slope, and constructing rubble rip -rap, with filter fabric. This option was chosen due to the Southwest Florida Water Management District's (SWFWMD) rejection of bird balls or bird wires as a wildlife mitigation option, The SWFWMD also required a security fence around the ponds for public safety reasons. AirportSecurity Fencing (2011-2016): This $372K project included construction of a six ft FAA specification F-162 Chain Link Fence (FDOT Type B) with one foot of barbed wire along the perimeter of the airport property, including one automatic roll gate, with key pad pedestal, exit detection loop, and pipe bollards; one double swing gate for maintenance access; and Wildlife Hazard Deterrent underground fencing, The work included the demolition of the existing fence and placement of the new fence on the airport property line including the placement of the proper gates on all access points, Electrical work included the installation of one auto roll, Collier County I RPS No.: 20-7806 Tab 2 115 TAB 3 : Project Approach, Willingness to Meet Time and Budget Requirements PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS FAMILIARITY WITH FAA POLICIES AND PROCESSES • AVCON's knowledge of current FAA policies and processes not only ensures that an eligible funding program is identified for proposed airport improvements, but also ensures regulatory • compliance in each airport project. The FAA program comeswith grant assurances, (guidelines and regulations), and AVCON's knowledge of the requirements of the grant administration processes will save the airport time and resources. The majority of these processes include regular reporting and submittals at specific milestones. The sequence and format of these submittals are second nature to AVCON and are often completed prior to being requested. With the Airport's concurrence, AVCON also proposes to hold a workshop jointly with the FAA on at least an annual basis to review each year's grants and projects and provide a synopsis of the previous and upcoming year's grant applications. Based on these previous experiences, AVCON has an excellent understanding and seeks to maintain a competitive advantage for the County's three airports in relation to other entities seeking both State and Federal Assistance. AVCON has successfully completed FAA grant applications for Sebring, Kissimmee, Zephyrhills, Citrus County, Okeechobee County, Martin County, and Ormond Beach airports. In Tab 2: Past Performance, AVCON presented several client references for projects that are very similar to the to the current and upcoming FAA AIP funded infrastructure projects proposed at Immokalee Regional Airport (IMM), Marco Island Executive Airport (MKY), and Everglades Airpark (X01). The table below identifies the current list of anticipated FAA funded projects at the Collier County airports and AVCON's recent relevant experience. Collier County I RPS No.: 20-7806 Tab 3 1 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS PROJECT APPROACH While many issues and considerations are similar at all airports — each airport in Collier County has its own unique challenges, AVCON staff have previously conducted work at Immokalee Regional Airport (IMM), Marco Island Executive Airport (MKY), and Everglades Airpark (X01), are familiar with Airport/County staff, and are aware of the development goals for each airport. Based on the current and upcoming FAA AIP funded projects proposed in the JACIP, AVCON's approach to a few of these projects have been categorized into specific groups and addressed on the following pages. DESIGN/PERMITTING/CONSTRUCTION PROJECTS: IMM Design, Permit, Bidding & Construct Perimeter Road and Taxiway A Modifications (2021, 2022) Perimeter roads should be designed for the safe passage of authorized vehicles to access areas of the airport for normal or even emergency purposes, Ideally, they should be coordinated with the airport's ALP so they may be located for ultimate build -out of facilities to the greatest practical extent. AVCON would first meet with the County to finalize the layout of the perimeter road prior to ordering the preliminary engineering geotechnical investigation and surveying. An environmental review would also be performed to identify the presence of any threatened or endangered species that would require mitigation. Preliminary engineering services would also be performed for the Taxiway A modifications, The roadway design would be based on the physical properties of the natural road bed, or if being placed on embankment, on the physical properties of the source material. Specifically this would be the Lime Rock Bearing Ratio (LBR) for the design of asphalt pavements. The design also takes into accountthe specific design vehicle, such as a standard work vehicle, or re-fueler truck, or fire and rescue vehicle, whichever imposes the critical wheel load, and the number of design trips. AVCON would also work with the County on the roadway geometry, whether it be based on a two-lane, two-way traffic configuration, or a single oversize lane with stabilized shoulders for opposing traffic to pass by, Once these design features are finalized, roadway plan drawings would then be prepared using AutoCAD Civil 3D, This program allows for easily created cross sections so that the earthwork can be balanced for cost effective construction. The road alignment could also serve as a convenient corridor for water, sewer, electric, and communication systems, especially as they relate to on -airport service, such as for airfield electrical and communication cables, The design drawings and specifications criteria used for the project can generally follow the FDOT Standard Index Drawing Details and the FDOT Standard Specifications for Road and Bridge Construction. These Collier County I RPS No.: 20-7806 Tab 3 12 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS documents ensure overall quality of the construction, and are well known by roadway contractors. Also, the FAA allows DOT asphalt design mixes for on airport vehicle roadways. Special details and specifications will be created for work elements not covered by the referenced documents. Utility details and specifications will follow the standards developed by the Utility Owners. Atypical roadway projectwould include submittals atthe 30%, 60%, 95%/100%completion phases. Stormwater permitting would occur between the 60% and 95% submittals. The documents undergo a comprehensive, senior level quality assurance review prior to the submittals. The AVCON QA reviews are a formal process so comments are tracked and filed for the project record. Design of the Taxiway A modifications would follow a similar design process starting with the collection of material properties, however the pavement design would utilize the FAA's procedures and FAARFIELD computer program. The inputs used in the program is the design airport fleet mix, number of trips traveled and pavement design life, typically 20-years. Also, the pavement geometry is governed by the FAA Advisory Circular AC 150/5300-13A, unless the next version of the standard AC 150/5300-13B is released, which is anticipated soon. Additionally, the FAA Construction Specifications would govern the Taxiway A modifications construction. These specifications are edited by AVCON to specifically suit the project, using the built-in editing prompts. Any deviations from these require a Modification of Standards and approval from the FAA. Other requirements specific for this project include the preparation of a Construction Safety and Phasing Plan, and preparation of an airspace study (7460) which addresses both temporary construction impacts, and permanent impacts to the airport, and filing the 7460 with the FAA. Following the completion of the preliminary engineering services, the schedule for completion of the design for this project, exclusive of review periods, would typically be 5 months for bid ready documents. The AVCON Team will assist the CCAA with Bidding Phase services if requested. This can include conducting a pre -bid meeting and site visit for potential bidders, answering questions from bidders, issuing Addenda, reviewing and tabulating the bids, and recommending award to the lowest, most responsive bid, and preparation of the Conformed Documents. The AVCON Team will also provide Construction Phase services, from administrative tasks such as conducting a pre -construction meeting, conducting a pre -paving meeting, shop drawing reviews, reviewing and processing periodic pay requests, periodic site visits, substantial completion inspection and punch list, review of Contractor As -built Survey, preparation of Record Drawings, and project Close-out. In addition to the above, the AVCON Team can also provide complete, full-time resident inspection and construction material testing, as recommended for an airfield pavement project. MKY Preliminary Planning, Design, & Construct Air Traffic Control Tower (2021, 2022): AVCON has experience in using each of the FAA tools necessary to accomplish an Air Traffic Control Tower (ATCT) siting study. This would include the visibility tool, shadow studies, glare analysis, and noise studies. Each of these use the same or different FAA tools singly or in combination. An ATCT siting study is performed using the guidance of FAA Order 6480.413, Airport Traffic Control Tower Siting Process. This Order guides the process for either using the standard Airport Facilities Terminal Integration Laboratory (AFTIL) method or the Alternate Siting Process. The AFTIL method includes the building of a model of the airport within an FAA laboratory and having the FAA determine the various possibilities for the ATCT siting. This method is very expensive and time consuming to perform. The AFTIL method is required for all new ATCT, such as the one proposed at Marco Island Executive, unless the Alternate Siting Process is approved by the FAA with the submission of detailed and specific data for each proposed site. It is recommended by the FAA that up to three sites be proposed. Collier County I RPS No.: 20-7806 Tab 3 13 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS In retrieving the data required for the Alternate Siting Process, it is necessary to perform a shadow study that would show that no portion of the controlled movement area of the Airport is in shadow as would be seen from the ATCT controller's eye level. It is also necessary to use the FAA Air Traffic Control Visibility Analysis Tool (ATCTVAT) and provide the data output. It will also be required that the FAA Solar Glare Hazard Analysis Tool (SGHAT) be use, This tool was developed by Sandia National Laboratories for the FAA. They have since sold it to Forge Solar, and time with the tool can be purchased as required for specific projects involving potential solar glare, AVCON has used both tools on projects including one that involved the potential of placing solar panels on an airport. The FAA Aviation Environmental Design Tool (AEDT) is also used by AVCON to determine the modeling of noise contours, the amount air quality emissions that could potentially be present for certain projects, and the modeling of jet blasts with certain aircraft of proposed facilities, It is envisioned that the AEDT tool would be used for the potential noise contours that might result with addition of an ATCT at the Airport, as this is also a requirement of the Alternate Siting Process of FAA Order 6480-413, There are other criteria that are required by the Alternate Siting Process, that will require that panoramic photos be taken from the controller's eye level at various times of the day such as early morning, late evening, and at noon. Panoramic photos will have to be taken in various lighting conditions to ensure that the controllers can always see all movement areas, in all conditions. This can be done in a variety of methods ranging from a helicopter to a bucket truck, depending upon the proposed height of the ATCT AVCON has completed the Alternate Siting Process and would be eager to perform the task again. The AVCON team will collaborate with staff and the FAA in developing and vetting the architecture for the ATCT A project of this type presents unique challenges due to the high level of interdisciplinary coordination needed for the intended functionality. During the design process, practical design solutions will be developed that balance the facility operational needs and project budget as well as complimenting the current airport terminal design and regional architectural character, The design phase of the project would include 30% Schematic Design, 60% Design Development and 95%100% Construction Documentation. During the Construction Document phase, the AVCON team will finalize all documentation and details related to the project for a permit and bid ready set, We will resolve and incorporate any items necessary based on staff and FAA reviews. Full design drawings and specifications will be completed for each design discipline inclusive of architecture, civil, utilities, building mechanical, electrical, plumbing, fire protection, communication and security systems, Following design completion, AVCON will perform standard Bid Phase assistance to the County Finally, the AVCON team includes local staff to provide construction administration phase services up to and including full-time resident inspection and threshold building inspection by our state certified Special Inspector. X01 Install VASI/PAPI System (2021): This upcoming project will occur early in these FAA funded assignments, Visual Approach Slope Indicator (VAST) units as described in FAA AC 150/5340-25 have been discontinued as of May of 1985 when these units had been replaced with Precision Approach Path Indicator (PAPI) Systems per FAA AC 150\5345-28D, Since the cancellation of FAA AC 150\5340-25 VASI units have, and are being, replaced with modern PAPI units, The PAPI system provides a pilot visual glideslope guidance during the approach for landing, The PAPI provides a basic means to transition from instrument flight to visual flight for landing in non -precision approaches, AVCON recommends the installation of a L-881, 2 box PAPI system at each runway end designed in accordance with FAA AC 150\5340-30 current edition. The PAPI units have an effective daytime visual range of approximately 5 miles and night visual range up to 20 miles. In accordance with FAA AC 150\5345-28 the PAPI will automatically adjust to a high output during the daylight hours and low output from dusk to dawn. The PAPI units will display the pilot as being on or off glideslope in the following manner; PAPI Light Housing Units shall be viewed as two white light indicators Collier County I RPS No.: 20-7806 Tab 3 14 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (approach too high), a combination of a white and a red light (on course), or both red light indicators (approach too low), This prompts the pilot to adjust his approach to the correct glide slope shown by the PAPI as one white and one red light, This project will be headed up by AVCON's Airfield Lighting and Navaids design group. PAPIs operate on either a voltage driven system or a constant current system, Either system will entail work in the Airfield Electrical Vault, The constant current system would require a significantly greater effort in modifications to the vault and its elevated structure, With this circumstance in mind AVCON would recommend the installation of a voltage driven system, The project will require installation of power and control equipment in the vault, running power to each PAPI system within a base can and conduit system with counterpoise, disconnecting means at each PAPI location, grounding and bonding systems, installation of the PAPI units on concrete foundations, proper aiming of the PAPIs, and final commissioning by the FAA after a successful FAA Flight Check. PLANNING/ENVIRONMENTAL/LAND ACQUISITION PROJECTS IMM Environmental Impact Study and Land Acquisition for Runway Extension (2025, 2026): AVCON has experience in doing Environmental Assessments (EAs) on airports by following primarily the National Environmental Policy Act (NEPA) and special environmental policies and procedures as set forth in FAA Order 1050,1, Environmental Impacts; Policies and Procedures, The FAA directs that there are three types of environmental review that could be done for different types of projects requiring an FAA action. They are; • Categorical Exclusion (CATER); These are for those types of federal actions that do not typically have a significant effect on the environment and are therefore exempt from further environmental review. These types of projects could include the installation and maintenance of equipment and instruments required for safety, Master Plans, and the modification of or application of airspace and air traffic procedures. • Environmental Assessment (EA); These are more detailed than a CATEX but are not as complex as an Environmental Impact Statement, These are typically done for projects that include the extension of an existing runway, the building of a new runway at an airport that is not located within a Metropolitan Statistical Area (MSA), Instrument Landing Systems (ILS), new air traffic control procedures, and many others. • Environmental Impact Statement (EIS); These are performed when an FAA action could significantly affect the quality of the environment or where the project is controversial within the local community, Projects for which these might be prepared include a major runway extension, a new runway to accommodate air carrier aircraft at an airport within an MSA, and a new airport within an MSA. Because the proposed runway extension at Immokalee Regional Airport is not proposed to carry air carrier aircraft and the Airport is not with in an MSA, it is likely that the FAA will only require an EA for the project, The FAA does have the discretion to require an EIS at their discretion, but it is not likely to occur, unless the project becomes controversial. Within the EA document, it is required that the following categories must be studied in order for the FAA to determine the impact that the project may have on each of the local environmental categories; air quality; biological resources (including fish, wildlife, and plants); climate; coastal resources; Department of Transportation Act, Section 4(f); farmlands; hazardous materials, solid waste, and pollution prevention; historical, architectural, and cultural resources; land use; natural resources and energy supply; noise and compatible land use; socioeconomics, environmental justice, and children's environmental health and safety risks; visual effects (including light emissions); water resources (including wetlands, floodplains, surface waters, groundwater, and wild and scenic rivers. After reviewing the EA, it is up to the FAA to determine if they can issue a Finding of No Significant Impact (FONSI) for the project. If the FAA determines that they cannot issue a FONSI for the project, they will consult with the Airport as to whether revising or augmenting the EA will allow a FONSI to be issued, if an EIS should be done that will delve into one or more of the environmental categories providing more information, or if they have determined that the environmental review has revealed that the risk to the environment is too great for the project as it is currently envisioned. Collier County I RPS No.: 20-7806 Tab 3 15 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS X01 Airport Master Plan Update (2021): While AVCON completed an Airport Layout Plan (ALP) for Everglades Airpark in 2020, the Everglades Airpark Master Plan has not been updated since September 1996, Everglades Airpark is currently an unclassified airport as described in the FAA Report General Aviation Airports; A National Asset, As such, it is not entitled to Airport Improvement program (AIP) entitlement funds, However, a Master Plan Update could identify andjustify for funding projects that could entice additional based aircraft to the Airport, potentially restoring the Airport's former funding status. While called a Master Plan Update, the expectations and process for developing an Airport Master Plan have changed considerably since 1996 and it is anticipated that the Master Plan Update developed for the Airport will be much more detailed. AVCON will follow the procedures called for in the FAA Advisory Circular 150/5070- 613, Airport Master Plans, The FDOT Airport Master Plan Guidebook will also be used. While the Guidebook has many of the same requirements as the FAA AC, it has many uniquely Florida requirements, as prescribed by Florida law, It is anticipated that the Everglades Airpark Master Plan will contain many if not all the following features: • Introduction explaining the FAA/FDOT Master Planning process as a justification document for funding of Airport projects. • Inventory of Existing Conditions, which is a snapshot of the current conditions at the Airport, including; 0 Airport Setting 0 Meteorological Conditions 0 Historical Aviation Activity Data 0 Airspace and Air Traffic Control 0 Airside Facilities 0 Airport Buildings and Structures 0 Area Demographics 0 Land Uses/Community Characteristics • Environmental Considerations 0 Wetlands 0 Floodplains 0 Threatened and Endangered Species Aviation Activity Forecasts 0 Based Aircraft 0 Aircraft Operations 0 Peak Period Activity 0 Design Aircraft 0 Preferred Forecasts 0 Comparison of the Preferred Forecast to the FAA Terminal Area Forecast Facility Requirements 0 Airspace 0 Airfield 0 Landside • Development and Evaluation of Alternatives 0 Airfield 0 Landside 0 Composites 0 Evaluation of Alternatives 0 Preferred Alternative • Airport Layout Plan Set • Capital Improvement Program 0 Short-term Projects 0 Mid-term Projects 0 Long-term Projects 0 Potential Funding Sources 0 Potential Funding Sources for Each Proposed Project X01 Land Acquisition (2023): The 2020 Airport Layout Plan and Exhibit "A' for the Everglades Airpark identified a parcel of land that the Airport would like to acquire for the development of additional T-hangars. The property that Collier County is seeking to acquire is about 2.5 acres and is currently owned by the City of Everglades. AVCON has experience in assisting airports to acquire land adjacent to airports for the purposes of aviation development and has worked with both the FAA and the FDOT in obtaining funding for the acquisition. It is stated in FAA Order 1050.1 F, Policies and Procedures for Considering Environmental Impacts, section 5-6,4(f) that federal financial assistance and licensing approval for construction or expansion of t-hangars are subject to Categorical Exclusions (CATER) environmental study, unless the FAA determines that an Collier County I RPS No.: 20-7806 Tab 3 16 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Environmental Assessment (EA) is more appropriate either because of known environmental factors in the area or because the project is considered to be controversial. While it is known that there are federal concerns regarding the Manatee and other threatened and endangered species in the area, these species are known to be in the water surrounding the Airpark on three sides. It is believed that the acquisition of the land for the t-hangars will not be an issue, However, the first step in the acquisition of the land adjacent to the Airpark will be to have a serious conversation with the FAA Airports District Office (ADO) regarding whether a CATEX or an EA will be acceptable for the purchase of the land and the design and construction of the expansion of the existing t-hangars. While it is technically possible that the project can be completed with a CATER, because of past environmental decisions at the Airpark, the FAA ADO may determine that an EA is required. Once the type of environmental study has been determined and while the study is on -going, then would be the time to approach the City of Everglades to determine if they would be willing to sell the property, Assuming that they are, it is recommended that at least two independent appraisals be made of the property. With these independent appraisals in hand, it will be possible to come to a fair market price for the property. It is probable that the land identified to be purchased falls under thejurisdiction of one or more governmental authorities, such as the South Florida Water Management District (SWFWMD) and the Army Corps of Engineers, Because these agencies are responsible for the waters that are either present on or near the site, as well as the flow of water from the site, these agencies must be applied to, coordinated with, and eventually permits must be obtained from them before the project can be built. AVCON has extensive experience in each of the required steps needed for the acquisition of land for the future construction of additional t-hangars. WILLINGNESS TO MEET TIME AND BUDGET CONSTRAINTS AVCON, and our Team members, recognize that meeting the project Pr schedules, and staying within allocated budgets are of utmost importance, To achieve these goals, AVCON has developed procedures to ensure we are 3 successful throughout the life of a project The first key to any successful project is to start with a detailed work plan prior to starting individual tasks, AVCON draws on our wealth of experience on similar past projects, including prior "lessons learned", to develop a written plan including project success goals, staffing allocations, approved scope of work, project schedule, budgetary checks, and QA/QC considerations. The project work plan will identify the milestones and deliverables of preliminary design through final construction documents, with progress submittals to the County, FAA, and other project stakeholders, typically at 30%, 60%, 95%, and 100% completion stages. Each submittal will include baseline pay item schedules for quantities, cost estimates, and anticipated construction activities. Estimated construction costs are tracked at each submittal stage to ensure project costs stay within budget to our best ability to contain them by methods such as altering design, rethinking construction materials, breaking schedules into base bids and add alternate bids, etc, AVCON has developed relationships with many Contractors which we can draw on to validate where the current construction marketplace is for both pricing and availability, The work plan shall identify all deliverables required through the life of the project including plans, technical specifications, Front End documents, engineering reports, construction safety and phasing plan, airspace study (FAA 7460), and applicable permits (FDEP NPDES Generic Permit NOI, SFWMD ERP, Building Permits, etc.), including the schedule for submittal and responsible party. Internal senior -level quality assurance reviews shall be scheduled and performed before any phased submittal is distributed. Additionally, AVCON can propose external quality assurance peer review and independent cost estimates for complex projects when necessary, Our proposed project approaches presented above illustrates the AVCON team is well prepared to take on and execute every potential project assignment in an accurate, timely, and cost-effective fashion. Collier County I RPS No.: 20-7806 TT b 3 i Recent, Current, and Projected Workloads of the Firm RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM AVCON is committed to maintaining budgets and schedules. AVCON has stayed abreast of the latest advances in scheduling, estimating and engineering software, and the training of our professionals which directly relates to our ability to predict and meet scheduling and budget demands. All of the production capabilities for the team will be fully integrated and interfaced, allowing the work among all disciplines of the project to be performed on a concurrent schedule, using real-time, updated drawings files and supporting documents. The Airport Director and any relevant City/Airport staff will be invited to attend 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. AVCON's wide-ranging and in-depth experience in project construction enables the firm to recognize frivolous contractor claims. Our approach to each project will include complete construction administration support of the designers to the construction management and RPR team. There will be no loss of project understanding between design and construction administration staff. With this approach, AVCON has built an excellent record of cost, scope and scheduling control in project management throughout the design and construction processes. AVCON has an established track record of meeting project schedules, even the tightest deadlines, as well as meeting overall project budgets on virtually all AVCON projects. All members of the AVCON Team are prepared to bring forth the full resources necessary to provide for timely, responsible, and cost-effective planning and design solutions to meet the runway rehabilitation design needs of the Collier County Airport Authority. Most members of the team have worked together on previous assignments on Florida Airports, and are experienced in task order services on airports with highly successful results. Project Manager, Robert'Bobby' Palm, PE, will allocate a total of up to 80% of his time to the Authority, with 60% of that time dedicated to project management and task leadership roles, as well as being available another 40% of the time for miscellaneous and technical tasks. During critical junctures of task assignments and when specific project requirements dictate, Mr. Palm will generally be available 100% of the time. AVCON has adequate time available and personnel to complete services on schedule. In addition, AVCON has additional backup staffing capability in the event of unforeseen circumstances. AVCON guarantees that the firm's staff and the team's proposed key personnel will meet and exceed project staffing needs. Having analyzed the team members' closeout of recent work, current workload, and projected projects, each team member's estimated availability percentage to complete all project elements is included in the figure on the following page. Collier County I RPS NO.: 20-7806 Tab 4 11 RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM 25% Sandeep Singh, PE Principal -in -Charge GO% Carlos Roche Vertical CEI Task Manager 45% Zemp Pepper, PE Senior Mechanical Engineer io60% Carl Johnson, EC, ACE Senior Airfield Lighting Specialist 4 100% Daniel Cruz, PE Horizontal Construction Inspector 45% Jeff D'huyvetter Geotechnical Services 80% — 25% Robert Palm, PE Craig Sucich, PE Project Manager QA/QC Manager GO% Rob Hambrecht, PE Horizontal CEI Task Manager ipGO% Sean Day, PE Electrical Engineer 45% qWMark Goodacre, ACE Senior Electrical Designer 100 /o Jason Telszczak, PE Vertical Construction Inspector a 50/ Shane Johnson Ecologist L ary Soderstrum, AIA Senior Airport Planner 75% Tim Shea General Aviation Management Support w 40% Luca DelVerme, PE , !r Structural Engineer 25% M. Cathy Roche, AIA, LEED AP Project Architect 70 % Elizabeth Gaines, PSM Surveyor (06 Based on the exceptional service provided by AVCON throughout the years, GOAA has been able to achieve all the design and construction quality goals of the AVCON projects. Their responsiveness has been outstanding, including 24-hour emergency availability. We recognize them as experts in airfield pavement and lighting designs as well as general oncall, full -service engineering capabilities. They know and understand construction in the field, along with costs and schedules. They have met all our engineering needs and have served us well, Stanley J. Thornton, Former Chief Operating Officer Greater Orlando Aviation Authority 11 Collier County I RPS NO.: 20-7806 Tab 4 12 TAB 5 : Required Forms D 00 COAT CoH.nty Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: ❑X General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. © Form 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. © Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. © Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. X❑ Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. ® Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. ❑ Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. ® Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ The Bid Schedule has been completed and attached with your submittal, applicable to bids. X❑ Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. ❑ Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** 16. Preparing final project reports including financial summary. 17. Obtaining release of liens from all contractors. DISTRIBUTION OF WORK As noted above, one (1) firm will be selected for each of the three (3) categories of work. Firms should provide a proposal based on their Category of expertise and a selection/award will be made based on the following response and scoring criteria. Firms Proposal Intent The prospective firm shall select a category or categories with the submission of their proposal. The prospective firms may propose up to three (3) categories by checking the box of each category. The prospective firms will only be awarded one (1) category. Category A — Aviation Planning Services Category B — Architectural/Engineering Design Services for Airport Development Proiects Category C — Architectural/Engineering Construction Engineering Inspection Services for Airport Development Proiects The prospective firm will rank each category in order of preference, if proposing on multiple categories. The prospective firm will enter one (1) for the most preferred to three (3) being least preferred. The prospective firms proposing on a single category shall not rank in an order of preference. Category A — Aviation Planning Services 2 Category B — ArchitecturaUEngineering Design Services for Airport Development Projects 1 Category C — Architectural/Engineering Construction Engineering Inspection Services for 3 Airport Development Projects Collier C014.nty Administrative Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _15 day of _December 120 20 in the County of _Orange , in the State of _Florida Firm's Legal Name Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: AVCON INC. 5555 E. Michigan Street, Suite 200 Orlando, FL 32822 K22990 Federal Tax Id No.59-2890463 CAGE Code 58CT8 407.599.1122 avconinc.com dav_66-10Y Sandeep Singh, PE President ***UPDATED JANUARY 28, 2020*** Additional Contact Information Send payments to: AVCON, INC (required if different from Company name used as payee above) Contact name: Sandeep Singh, PE Title: President Address: 5555 E. Michigan Street, Suite 200 City, State, ZIP Orlando, FL, 32822 Telephone: 407.599.1122 Email: ssingh@avconinc.com Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: ***UPDATED JANUARY 28, 2020*** Collier C014-Kty Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules — The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information — The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. AVCON, INC. Company Name dam_ Sandeep Singh, PE. State of Florida County of _Orange Signature Print Name and Title The foregoing instrument was acknowledged before me by means of X❑ physical presence or ❑ online notarization, this 15 day of December (month), 2020 year), by( Sand"-A ngh, PE (name of person acknowledging). J� Personally Known OR Produced Identification Type of Identification Produced (Signature of Notary Public - State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) JENNIFER E. HOMERS Notary Public -State of Florida •= Commission 0 GG 336644 My Commission Expires .July 09, 2023 ***UPDATED JANUARY 28, 2020*** Collier County AdminWrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (hitps://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. AVCON, INC. Company Name dam - Signature Sandeep Singh, PE, President Print Name and Title State of Florida County of _Orange The foregoing instrument was acknowledged before me by means of X❑ physical presence or ❑ online notarization, this _15 day of _December (month), 2020 yearly ( Sandeep Sin h PE (name of person acknowledging). (Signature o otary Public - State of Florida) Personally Known OR Produced Identification Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) JENNIFER E. HOMERS :Notary Public -State of Florida Commission # GG 335044 My Commission Expires ..... u�''� July 08, 2023 ***UPDATED JANUARY 28, 2020*** Collier County Administrative Services Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 2020 Number of Employees (Including Owner(s) or Corporate Officers): 1 Number of Employees Living in ❑ Collier County or ® Lee (Including Owner(s) or Corporate Officers): 1 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties operiury. I certify that the information shown on this form is correct to my knowledge. Company Name: AVCON, INC. Date: 12/15/2020 Address in Collier or Lee County: 1404 Dean St., Suite 101, Fort Myers, Florida 33901 Signature: Title: President ***UPDATED JANUARY 28, 2020*** REQUIRED FORMS CERTIFICATE OF STATUS State of Florida Department of State I certify from the records of this office that AVCON, INC. is a corporation organized under the laws of the State of Florida, filed on May 5, 1988. The document number of this corporation is K22990. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 7, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Seventh day of January, 2020 *09)0 —� Secretary of St to Tracking Number: 5759919733CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Collier County PPSNO.:20-/806 Tab b 8 REQUIRED FORMS PROFESSIONAL LICENSES/CERTIFICATIONS % on DeSaros Governor Halsey Beshea,s, S—OO, IJ FI nda I� dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES AVCON, INC. 5555 E. MICHIGAN ST. SUITE 200 ORLANDO FL 32822,a f� LICENSE NUMBER: CA5057' EXPIRATIONEIN& FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com o, o Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FMI ...,..m.... FBPE STATE OF FLORIDA ®� �����~� BOARD OF PROFESSIONAL ENGINEERS F PALM, ROBERT H %0 'S IrFLazrsa d �Exs warn: rrrsrsa dbpr STATEOFFLORIDA DEPARTMENTOF BUSINESS AND PROFESSIONAL REGULATION BOARDOF PROFESSIONALENGINEERS THE INIRTHE S P—S OOFCHAPrER e>LFrIORIDA STATUTES HAMBRECHT, ROBERT KARL a: Puares w,ayss,aoza 91-1-1—r— ­,1 1—— dL-, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS DAY, SEAN THOMAS dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARDOF PROFESSIONALENGINEERS e A 'TAT SSNGH, SANDEEP IRANII �NseN R dblDr STATEOFFLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN PROVISIONS OF CHAPTER 4R' FLORIDA STATUTES SODERSTRUM, MARYG oRUHoo u ARRV [ D Th,.,....R,INN,.� AMBRICAN ASSOCIATION OF AIRPORT EXECUTIVES e CERTIFICATE OF COMPLETION This certifies that Cornelius T. Shea, A.A.E. has qualified for and has been accepted as an ACCREDITED AIRPORT EXECUTIVE MEMBER OF THE ASSOCIATION ®FBPE �. yl STATE OF FLORIDA� BOARD OF PROFESSIONAL ENGINEERS SUCICH, CRAIG STEVEN oHcwooD sn� �rnu Name dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS PEPPER ZEMP B CHTHe PARx Fa3avz STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ELECTRICAL CONTRACTORS LICENSING BOARD JOHNSON,CARLSII Lice Collier County I RPS NO.: 20-7806 TaL) i REQUIRED FORMS ACE ,r Airport Certified Employee (ACE) • Airfield Lighting Maintenance Award of Certification June 26, 2008 Mark Goodacre, ACE AVCON, Inc. The U.S. Green Building Council Mary C. Roche LEED> v2 Accredited Professional ®LEED ,.o,.K..o. ___d r. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS CRUZ,DANIEL =j PAT[; f{ppunav 3e.3R33 1 o. o NKw� —�a STATEOFFLORIDA ...,­ dbp DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN STUDIO FOR ARCHITECTURE INC ®___ H.w__dk­ STATEOFFLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN ROCHE, MARV C .,.P� I NtT.L,F, W-V M' Collier County I RPS NO.: 20-7806 Tab 5 110 REQUIRED FORMS INSURANCE Client#: 1050199 AVCONINC DATE(MMIDD/YYYY) ACORD,.,� CERTIFICATE OF LIABILITY INSURANCE 10/05/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Insurance Services, LLC PHONE g13 321-7500 FAX A/C, No, Ext : AIC, No): 2502 N Rocky Point Drive E-MAIL ADDRESS: Suite 400 INSURER(S) AFFORDING COVERAGE NAIC # Tampa, FL 33607 INSURER A: Phoenix Insurance Company 25623 INSURED INSURER B : Travelers Property Cas. Co. of America 25674 "CON, INC. Admiral Insurance Company 24856 INSURER C : P Y 5555 E. Michigan Street; Suite # 200 INSURER D : Travelers Indemnity Co of America 25666 Orlando, FL 32822-2779 INSURER E CnVFRACFS r:FRTIFIr:ATF NIIMRFR• RFVISInN NIIMRFR- 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X X 6805P361271 10/06/2020 10/06/2021 EACH OCCURRENCE $1,000,000 PREMISES Ea occurance $1,000,000 GEN'L MED EXP (Any one person) $10,000 PERSONAL &ADV INJURY $1,0009000 AGGREGATE LIMIT APPLIES PER: PRO - POLICY X JECT LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS-COMP/OPAGG $2,000,000 $ D AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY X X BAOR1132451 CUP5P364341 UB1R120664 10/06/2020 10/06/2021 COMBINEDSINGLELIMIT 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X 10/06/2020 10/06/2021 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 DIED I X RETENTION $10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YI N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A X 10/06/2020 10/06/2021 X IsTEARTuTE OTH- E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,0009000 E.L. DISEASE- POLICY LIMIT $1,000,000 C Professional Liability E000004746803 10/06/2020 10/06/2021 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability coverage is written on a claims -made basis. For Proposal Purposes Only SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE p p y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 0L9-:0 'It 06--OLe Aa ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S30097714/M30097706 MRLEW Collier County I RPS NO.: 20-7806 Tab 5 111 E-Verifv. Company ID Number: 402816 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer AVCON, INC. e Rollins (Please Type or Print) re Title 03/22/2011 Date partment of Homeland Security - Verification Division SCIS Verification Division ime (Please TVDe or Print) Title 03/22/2011 Date Information Required for the E-Verify Program onically Si re nformation relatina to vour Companv: Companv Name:AVCON, INC. Company Facility Address:5555 East Michigan Street, Suite 200 Company Alternate Address: 15555 East Michigan Street, Suite 200 FL 32822 or Parish: JORANGE Employer Identification Number: Page 12 of 13 1 E-Verify MOU for Employer I Revision Date 09/01/09 www.dhs.gov/E-Verify 1 E��x ,c�.�IIIIII,�o2 e E.�,=..E a........ y Company ID Number: 402816 North American Industry Classification Systems Code: 541 Administrator: Number of Employees: 20 to 99 Number of Sites Verified for: 3 ,e you verifying for more than 1 site? If yes, please provide the number of sites verified for each State: NORTH CAROLINA • FLORIDA I site(s) 2 site(s) Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name: Anne T Rollins Telephone Number: (407) 599 - 1122 ext. 213 Fax Number: (321) 281- 0457 E-mail Address: arollins@avconinc.com Name: Jerry M Conway Telephone Number: (407) 599 - 1122 ext. 212 Fax Number: (321) 281 - 0457 E-mail Address: jconway@avconinc.com Page 13 of 13 1 E-Verify MOU for Employer i Revision Date 09/01/09 www.dhs.gov/E-Verify MENEENNE NALTAIM9101 AVCON, INC. ENGINEERS & PLANNERS 5555 E Michigan Street, Suite 200 Orlando, Florida 32822 Phone: (407) 599-1122 Fax: (407) 599-1133 www.avconinc.com April 8, 2014 CHANGES TO E-VERIFY MEMORANDUM OF UNDERSTANDING Effective April 8, 2014, the following changes have been made to AVCON's E-Verify Memorandum of Understanding: Page 13 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Remove: Anne T. Rollins Telephone Number: 407.599.1122 ext 213 Fax Number: 321.281.0457 Email Address: arollins avconinc.com Add: Jacquie Brooks -McDonald Telephone Number: 407.599.1122 ext 213 Fax Number: 321.281.0457 Email Address: jbrooksmcdonald a()avconinc.com CIVIL & STRUCTURAL • AIRPORT & AVIATION CONSULTING • TRANSPORTATION DESIGN & PLANNING Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. AVCON, INC. 2 Business name/disregarded entity name, if different from above `(D a� 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to ro following seven boxes. certain entities, not individuals; see Q instructions on page 3): o El Individual/sole proprietor or ❑ C Corporation 2S Corporation ElPartnership ❑ Trust/estate c single -member LLC Exempt payee code (if any) Q. ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting = (A LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) a o another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. U N ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) W 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) in 5555 E Michigan Street, Suite 200 6 City, state, and ZIP code Orlando, FL 32822 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, for a - m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. [5R9 - 2 8 9 0 4 6 3 rl Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date Do- January 23, 2020 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) COl17er County Email: Patrick.Bole(&colliercountyfl.gov Administrative Services Division Telephone: (239) 252 - 8941 Procurement Services Addendum 1 Date: 11/13/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added updated Insurance Requirement Form, removed performance and payment bonds. Change 2. Added updated Grant Provisions and Assurance Package pdf. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. d444- 12/ 15/2020 (Signature) AVCON, INC. (Name of Firm) Date 9. ,YAM.".".,, WERE P. MR 0 0 0 0 01 0 0 0 0 01 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; (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. Sandeep Singh, PE Name President Title AVCON, INC. Firm Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Project Name Solicitation 20-7806 Project Number 59-2890463 Tax ID Number 60-672-0266 DUNS Number 1404 Dean Street, Suite 101, Ft. Myers, FL 33901 Street Address, City, State, Zip Q4(016:4A / Signature GCA-2 EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization FORM 1 The undersigned bidder/offerer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): X The bidder is committed to a minimum of 4.2 % DBE utilization on this contract. The bidder (if unable to meet the applicable DBE goal of 4.2%) is committed to a minimum of % DBE utilization on this contract and has submitted documentation demonstrating good faith efforts. Name of bidder's firm: AVCON, INC. State Registration No K22990 By dCUA-9��� President Title GCA-3 EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (M/WBE) GOOD FAITH EFFORTS FORM 3 Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure disadvantaged, minority/women-owned and/or businesses as subcontractors/sub- consultants/suppliers. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. Fulfillment of the "good faith effort" can be accomplished by: 1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County. 2. Efforts to follow-up initial solicitation of interest by contacting disadvantaged/minority/women- owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by disadvantaged/minority/women-owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Documenting each disadvantaged/minority/woman-owned firm contacted the conclusion or decision regarding inclusion and reasons for the conclusions. 5. Efforts to assist the disadvantaged/minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that the contractor effectively used the services of available community organizations, contractor's groups, local, state and federal agencies, small businesses, disadvantaged/minority/women business assistance offices and other organizations that provide assistance and placement of disadvantaged/minority/woman-owned businesses. Company Name: AVCON, INC. Printed Name: Sandeep Singh, PE Title: President Signed: Date: January 13, 2021 GCA-5 EXHIBIT 13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (M/WBE) OPPORTUNITY LIST FORM 4 Prime Contractor/Consultant AVCON, INC. Address / Phone Number 1404 Dean Street, Suite 101, Ft. Myers, FL 33901 Procurement Number Solicitation 20-7806 Disadvantaged businesses and minority vendors, as defined in the Federal Code of Federal Regulations or Florida State Statutes must have the opportunity to participate on contracts with federal and/or state grant assistance. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 84-3449449 X DBE (Disadvantaged) X LESS THAN $1 MIILION FIRM NAME Studio for Architecture MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239 218-6894 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 12519 Fairmont Drive NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Ft. Myers, FL 33913 MORE THAN $15 MIILION YEAR FIRM EST. 2019 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 04-3653931 X DBE Disadvanta ed X LESS THAN $1 MIILION FIRM NAME EF Gaines Surveying Services, Inc. MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239 418-0126 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 5235 Ramsey Way NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Ft. Myers, FL 33907 MORE THAN $15 MIILION YEAR FIRM EST. 2002 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 59-1117804 DBE Disadvanta ed LESS THAN $1 MIILION FIRM NAME Universal Engineering Services, Inc. MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239 995-1997 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 5971 Country Lakes Dr X NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Ft. Myers, FL 33905 X MORE THAN $15 MIILION YEAR FIRM EST. 1964 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 65-0667105 DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME Passarella & Associates, Inc. MBE(Minority) X BETWEEN $1 - $5 MIILION PHONE 239 274-0067 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 13620 Metropolis Ave # 200 X NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Ft. Myers, FL 33912 MORE THAN $15 MIILION YEAR FIRM EST. 1996 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. GCA-6 EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification Solicitation 20-7806 Collier County Solicitation No. I, Sandeep Singh, PE, President of AVCON, INC. , 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. Sandeeep Singh, PE Name Signature President January 13, 2021 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-7 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 ( 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. Sandeep Singh, PE President Name Title AVCON, INC. Firm Signature ccA - a EXHIBIT LB 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 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, AVCON, 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 certification and disclosure, if any. Uro� Signature of Contractor's Authorized Official Sandeep Singh, PE, President Name of Authorized Official and Title January 13, 2021 Date GCA-9 EXHIBIT 1.13 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 AVCON, INC. Date January 13, 2021 Authorized Signature Address 1404 Dean Street, Suite 101, Ft. Myers, FL 33901 Solicitation/Contract # Solicitation 20-7806 GCA - 10 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Hgpps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor 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 ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & Property Damage ned, Owned/Non-ow/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ ® Professional Liability $ _1,000,000 ❑ Project Professional Liability $ ❑ Valuable Papers Insurance $ ❑ Cyber Liability $_ Per Occurrence Per claim & in the aggregate Per Occurrence Per Occurrence Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the executed contract Payment Bonds by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9/18/20 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm A Vendor Signature Print Name Sandeep Singh, PE, President Insurance Agency USI Insurance Services, LLC Date January 13, 2021 Agent Name Danny De La Rosa Telephone Number (813) 321-7500 Client#: 1050199 AVCONINC ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/05/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Insurance Services, LLC PHONE g13 321-7500 FAX A/C, No, Ext : A/C, No): 2502 N Rocky Point Drive E-MAIL ADDRESS: Suite 400 INSURER(S) AFFORDING COVERAGE NAIC # Tampa, FL 33607 Phoenix Insurance Company 25623 INSURER A : P Y INSURED INSURER B : Travelers Property Cas. Co. of America 25674 AVCON, INC. Admiral Insurance Company INSURER C : p Y 24856 5555 E. Michigan Street; Suite # 200 Travelers Indemnity Co of America INSURER D : tY 25666 Orlando, FL 32822-2779 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X X 6805P361271 10/06/2020 10/06/2021 EACH OCCURRENCE $1,000,000 PREMISES EaoN.U".nce $1,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY XI JECT LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OPAGG $2,000,000 $ D AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY X X BAOR1132451 10/06/2020 10/06/2021 CMINED Ea acciden SINGLE LIMIT $1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X CUP5P364341 10/06/2020 10/06/2021 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 DED X RETENTION $1 O 000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A X UB1 R120664 10/06/2020 10/06/2021 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability E000004746803 10/06/2020 10/06/2021 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability coverage is written on a claims -made basis. For any and all work performed on behalf of Collier County IL" aY I I a PfG\ I in III PJ q 511R \C Pf a A AG\ I PJ0 Collier County Board of County Commissioners 3295 Tamiami Trail East, Naples, FL 34112 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE v3-:0 "),u Aga- -- ACORD 25 (2016/03) 1 of 1 #S30097714/M30097706 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MRLEW EXHIBIT 13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: AVCON, INC. Address: 1404 Dean Street, Suite 101 City: Ft. Myers State: FL zip: 33901 Name of DBE firm: Studio for Architecture Address: 12519 Fairmont Drive City: Ft. Myers State: FL zip: 33913 Telephone: (239) 218-6894 Description of work to be performed by DBE firm: Architectural Services ----------------------------------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ TBD Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By — President ��� o ( (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. GCA-4 DUE: December 15, 2020 at 3:OOPM SUBMITTED BY: Hole Montes, Inc. Fort Myers Office: Corporate Headquarters: 6200 Whiskey Creek Drive 950 Encore Way Fort Myers, Florida 33919 Naples, Florida 34110 Timothy J. Parker, P.E., C.M. Associate / Senior Project Manager TimParker@HMeng.com T: 239.985.1221 F: 239.985.1259 RPS No.: 20-7806 Collier County Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 61 ■ =I►IV1[• y HOLEMONTES ENGINEERS ILANDSCAPE ARCHITECTS IPLANNERS! 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: 239.254.2099 December 15, 2020 Mr. Patrick Boyle Procurement Strategist Procurement Services Division Collier County 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 RE: RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Dear Mr. Boyle and Members of the Selection Committee: Hole Montes, Inc. (HM) is pleased to submit this Letter of Interest and Statement of Qualifications for Airport Improvement Program (AIP) Professional Services for Airports FAA Funded for Collier County. By doing so, we affirm that the contents herein are true and accurate. Furthermore, Hole Montes affirms that we can meet the insurance/bonding requirements and are willing to execute a standard agreement with Collier County. Hole Montes is a local engineering, planning and surveying consulting firm that has been serving southwest Florida since 1966. Our Aviation Division has served 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 Fort Myers and Naples offices ready to assist Collier County 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 recent successful experience with runway rehab, taxiway design, hangars and apron rehab and Construction Engineering and Inspection Services (CEI). Our staff is knowledgeable of the permitting processes through 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 LISACOE permits. Hole Montes is strategically positioned to provide the design and management expertise necessary to achieve success for the projects under this contract. 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 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 has assembled a cohesive team of professionals that have the expertise to take your projects through planning and design to successful completion. Hole Montes has fortified their team with trusted sub -consultants that have a long and successful history of working with Hole Montes. We have included two certified Disadvantaged Business Enterprises (DBE) sub -consultants to meet the County's projected DBE goals. Hole Montes has a proven track record in maximizing the use of DBE firms, especially important to federal funded projects. • E.F. Gaines Surveying Services, Inc. for Survey and Mapping services (WBE); • Hanson Professional Services, Inc. for Airfield Electrical Design and QA/QC; + Passarella & Associates; and + Tierra for Geotechnical services (MBE). 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 these projects, a responsiveness that only a local firm can provide, and a Can- do attitude that will drive your projects to successful conclusion. Very truly yours, MO ES, INC. 1-1 Richard rylanski, P.E. Vice President / Principal RickBrylanski@HMeng.com Timothy J. P er, ., C.M. Project Ma ger TimParker@HMeng.com Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 11 Page ABILITY OF PROFESSIONAL PERSONNEL No W U Z VJ HOLEMONTES ENGINEERS LANDSCAPE ARCHITECTS; PLANNERS SURVEYORS Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 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 Fort Myers and Naples, Hole Montes is strategically positioned to provide you with the design and management expertise necessary to achieve success for your projects. 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' 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 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 the 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. PROJECT MANAGER For the benefit of Collier County, the Project Manager will be Timothy "Tim" Parker, P.E., C.M. Based out of HM's Fort Myers office, Mr. Parker will lead the entire team and ensure that a 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 a project. Tim has extensive airport engineering and construction management experience for a wide range of commercial service and general aviation airport projects similar type and complexity. In addition to the Immokalee, Everglades and Page Field Airport projects, Tim has worked on runway and taxiway projects at Valkaria Airport, Orlando International Airport, Tampa International Airport, Arcadia and Witham Field. Tim has extensive experience in complying with the safety and security requirements of airports. 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 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, Tim has the expertise and know-how for maintaining effective project control through a well -coordinated project management plan. OTHER TEAM MEMBERS As Principal -In -Charge, Mr. Richard "Rick" E. Brylanski, P.E., will assure that staff has the resources it needs to complete a quality project on time, within budget and fully coordinated. Over his 36-year career, he has gained experience in the design, permitting and construction of stormwater quality and improvement projects. Mr. Brylanski's 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. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 2 1 Page ■■ Experienced, Knowledgeable, Local Professionals HM' HQLEMONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Civil Engineering Designer, Austin Brown, E.I. is a 2015 graduate of the University of Florida with a Bachelor of Science Degree in Aerospace Engineering. Austin was responsible for AutoCad Civil 3D design and plan preparation for the recent Page Field and Immokalee Airport projects. 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. Mr. Brown is also capable of quickly assessing contractor's quality control through computer analysis of as -built services. Mr. David Schmitt, P.E. has provided professional engineering services for public clients for over 40 years with the last 31 years being in southwest Florida. During his career, Mr. Schmitt has served as Project Manager on a variety of assignments. These have included water, wastewater, stormwater, recreational and transportation related projects. Mr. Robert "Bob" J. Mulhere, FAICP, President of Hole Montes, has more than 30 years of experience in southwest Florida. Mr. Mulhere's area of expertise in public policy development and strategies, particularly in the areas of: growth management, entitlement, and zoning; affordable housing; economic development and diversification; natural resource protection, urban design, neighborhood planning including infill development and redevelopment, cluster and compact mixed -use development; rural lands and agricultural issues; transfer of development rights; innovative incentive driven and performance based regulatory programs; entitlement, site planning and development consultation; ordinance writing; and, conflict resolution, expert testimony, and public facilitation. Mrs. Paula N. C. McMichael, AICP is Director of Planning. Mrs. McMichael utilizes her urban planning experience for our private and public clients, focusing on comprehensive planning, land development codes, special planning studies, and privately -initiated land use petitions, including developments of regional impact. She is a highly skilled researcher, writer, and editor. Construction Inspector, Mr. John Archibald has worked as a Construction Field Manager for 40 years. He has a significant amount of experience in civil disciplines and aviation construction of site work and buildings. Mr. Archibald is well -versed in all aspects of construction inspection and coordination and has vast experience working under the unique conditions of airport construction. 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 • 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. Our expertise also extends to designing a project to meet codes. Coordination with the Construction Manager/General Contractor (CM/GC) 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 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. Most recently, Mr. Parker applied for and received approval for a General Permit for the Taxiway C Extension and Runway 18-36 Rehab project at Immokalee Regional Airport. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 3 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 1: ABILITY OF PROFESSIONAL PERSONNEL Knowledge of FAA and FDOT Regulations and Regulations Mr. Parker'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. HM staff has the experience of working with the FAA and FDOT and meeting their standards for airport improvements including performing surveys and preparation of CADD drawings that comply with the FAA AGIS system. HM engineers regularly attend workshops sponsored by the FAA and FDOT and maintain a current library of their standards. HOLE MONTES ADVANTAGE ❖ Experienced Team of Professionals, ❖ Responsive Local Firm, ❖ Team Experienced in Working Together, ❖ Team Experienced with Collier County and Collier County Airports, ❖ 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 Collier County 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 numerous runway, taxiway and hangar projects, we present the most knowledgeable and experienced local team. Our team has demonstrated a strong level of team collaboration. Hole Montes is currently on the continuing contract for Collier County Airport Authority. We have also held general consulting contracts for Naples Airport Authority and are currently providing Professional Engineering Services for the Lee County Port Authority. 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. 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. Hole Montes has on -going successful relationships with these and other sub -consultants. We have teamed together on numerous project assignments for southwest Florida airports. 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 projects anticipated for the Airport Improvement Program (AIP) Professional Services for Collier County. 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. Timothy Parker, P.E. Projeci Manager Hole Montes 40 Richard Brylanski, P E Principal -In -Charge /Stormwater Hole Mantes 36 Austin Brown, E I Design Engineer Hole Mantes 4 Robert J. Mulhere, FAICP Planning Hole Montes 32 Paula N. C McMichael, AICP Planning Hole Montes 18 David W. Schmitt, P.E. Water / wastewater Engineering Hole Mantes 40 John Archibald CEI Resident Project Representative Hole Montes 40 Elizabeth Gaines, P.S.M., Surveying and Mapping EFGaines 30 Kevin Lightfoot; P.E. Electrical Engineer Hanson Professional Services 32 Mike Harris QA/QC Hanson Professional Services 20 Bethany Brosious Environmental Passarella & Associates 17 Kevin Scott, P.E. Geotechnical Tierra 17 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 4 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs ORGANIZATIONAL STRUCTURE 1: ABILITY OF PROFESSIONAL PERSONNEL The organizational structure is based on HM staff serving as an extension of Collier County staff. Tim Parker will be the key contact person and serve as the Project Manager. Our professional staff of engineers, technicians and administrative personnel have the expertise and experience to support the Project Manager to ensure that Collier County's goals are met and have proven their ability to successfully do so. The Organizational Chart demonstrates the lines of communication, authority and assigned responsibilities. COLLIER COUNTY Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 51 Page Experienced, Knowledgeable, Local Professionals 1: ABILITY OF PROFESSIONAL PROJECT MANAGER I ENGINEER For the benefit of Collier County, the Project Manager will be Mr. Timothy 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 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. Project Experience: AIRFIELD PAVEMENT • Page Field: Multi -Use Hangar and Ramp Expansion • Page Field: Rehabilitation of Runway 5-23 & Associated Taxiways • Page Field: Rehabilitation of Runway 13-31 & Associated Taxiways • Immokalee Regional Airport: Rehabilitation of Taxiway B • Immokalee Regional Airport: Rehabilitation of Runway 9-27 • 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, 62, 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 I Taxiways Rehab • Ft. Lauderdale International Airport: Runway 9L 127R 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 ■■ HM' HQLEMONTES PERSONNEL 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: 40 Years with HIM: 6 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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 6 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae,.xanunlsuxnessleunnmAs 1: ABILITY OF PROFESSIONAL PERSONNEL As Principal -in -Charge for the project, Mr. Richard 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. Project 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 1 Stormwater Professional Registration: Professional Engineer, Florida No. 42339 Education: Bachelor of Science, Civil Engineering Florida Institute of Technology Experience: Total Years Experience: 36 Years with HIM: 31 1i Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 7 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 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 1/8" 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. Project Experience: + Everglades Airpark — Professional Design Services for Runway 15-33 Rehabilitation This project will rehabilitate Runway 15-33 to raise the runway centerline to an elevation of 5' MSL, which would limit future flooding events due to high tides. The airport is in an environmentally 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. + Immokalee Regional Airport — Professional Design Services for Taxiway C Extension and Runway 18-36 Rehabilitation The focus of this project is for professional design and construction phase engineering services for airfield pavement reconstruction of Runway 18-36 and the extension of Taxiway C. This project will also include necessary drainage, safety area, markings, airfield lighting/signage improvements and pavement removal/additions. + 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 focus of this project was to rehabilitate a 2600' segment of Taxiway B which was not rehabilitated as part of a prior project. The rehab 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 design, bid and provided construction services. + 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: 4 Years with HIM: 4 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 8 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunl.uxnessleunnmAs 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. David Schmitt, P.E. has provided professional engineering services for public clients for over 40 years with the last 31 years being in southwest Florida. During his career, Mr. Schmitt has served as Project Manager on a variety of assignments. These have included water, wastewater, stormwater, recreational and transportation related projects. While employed with another firm, he served as the City of Bonita Springs' City Engineer and then as the primary Project Manager on numerous City projects on a continuing contract. Mr. Schmitt also chaired a City's Committee that explored the establishment of a City stormwater utility. As Project Manager, he has been responsible for the preparation of master planning documents, preparation of engineering designs plans and specifications for a wide variety of facilities, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, construction engineering and inspection services (CEI), project start-up and follow up services. Additionally, he has been involved in the design and CEI services for buildings and accessory structures. Project Experience: • Potable Water Distribution System Improvements/ Replacement • Magnolia Pond Water Main Interconnect • Riverwood Water System Replacement • Palm Spring Water System Replacement • Isle of Capri Water System Replacement, Phases 1 & 2 • Isle of Capri Pump Replacement • Doral Circle Water & Wastewater Replacement • Naples Park AC Pipe Replacement, Phase 2 • Naples Manor Water Main Replacement, Phase 2, CEI • Pump Station Improvements in Collier County • Master Pump Station 302 Rehabilitation • Master Pump Station 305 Rehabilitation • Master Pump Station 312 Rehabilitation (CEI only) • Master Pump Station 316 Rehabilitation • Master Pump Station 318 Rehabilitation • Master Pump Station 303/304 Rehabilitation (CEI only) • Basin 306 Duplex Pump Station (17) (CEI only) + Wastewater System Improvements • NCWRF — Aerated Holding/EQ Tank 3 (Resident CEI) • NCWRF — Sludge PS3 & PS4 • SCWRF — Filter 3 & 4 Rehabilitation • SCWRF — Grit System Improvements • SCWRF — Clarifier No. 1 & 2 Rehabilitation • SCWRF — Turbo Blower Phases 1 & 2 + Lee County Utility Projects • Water Transmission Main — US 41/Palm Ave. • Water Transmission Main — Orange Grove Blvd. • Utility Relocation — Gladiolus Dr. • Water Main Improvements — Beacon Manor Dr. • Water Main Replacement— Carriage Village • Miscellaneous Buildings • Everglades City Airpark — T-Hangar • Immokalee Airport Industrial Building • Marco Island Library Expansion • Stormwater System Improvements • Palm River North / South Stormwater • Palm River / Imperial Golf Stormwater • Willow West Stormwater Improvements • Gateway Triangle Residential Area Tertiary System • Old 41 Stormwater Improvement • Victoria Park West Stormwater Outfall • Magnolia Pond Drive Stormwater Improvements David W. Schmitt, P.E. Water 1 Wastewater Engineering Professional Registration: Professional Engineer, Florida No. 41671 Certifications: OSHA Class II Asbestos Certification Awareness Certification — Lead, Confined Space NASSCO, PACP, MACP and LACP Certification Education: Bachelor of Science, Civil Engineering University of Missouri, Rolla Experience: Total Years Experience: 40 Years with HIM: 12 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 9 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. Robert "Bob" J. Mulhere, FAICP, President of Hole Montes, has more than 30 years of experience in southwest Florida, working for both public and private sector clients. He brings to Collier County the unique perspective of past experience in working with and for both sides of Planning Issues: what the public sector needs and the private sector wants. Bob has provided consulting services to various counties (Collier, Hendry, Highlands and Citrus) and cities in southwest Florida relating to the development of various Land Development Regulations, and numerous eminent domain acquisitions for public infrastructure improvements. Mr. Mulhere's area of expertise in public policy development and strategies, particularly in the areas of: growth management, entitlement, and zoning; affordable housing; economic development and diversification; natural resource protection, urban design, neighborhood planning including infill development and redevelopment, cluster and compact mixed -use development; rural lands and agricultural issues; transfer of development rights; innovative incentive driven and performance based regulatory programs; entitlement, site planning and development consultation; ordinance writing; and, conflict resolution, expert testimony, and public facilitation. Consultant for the Immokalee CRA to prepare a new Master Plan for the rural agricultural community of Immokalee, as well as a new set of land development regulations for both Immokalee and the Gateway- Bayshore CRA (in urban Collier County). Additionally, Mr. Mulhere was engaged as a team member and subconsultant on the Collier County Watershed Management Plan and the Collier County Master Mobility Plan, two significant planning initiatives. Mr. Mulhere has worked on numerous award winning plans, including the development of the Collier County Rural Lands Stewardship Area (RLSA) and Rural Fringe Area programs. Project Experience: + MKY: Expansion of Airport Hangar and Parking This project included rezoning to P-Public Use, an amendment to a PUD, and vacating road right-of-way to accommodate expansion of an airport hangar and parking, consistent with the approved Airport Layout Plan. The property is located on Mainsail Drive, within the Hammock Bay Golf & Country Club, directly adjacent to the west of the Marco Island Executive Airport. It includes a portion of platted Tract Q, Marco Shores Unit One (PB 14, PG 38) totaling 2.8f acres, and a portion of Mainsail Drive (platted road right-of-way), totaling 2.9f acres. Concurrent applications were submitted to amend the PUD and to vacate the ROW. The 5.7 acres are included in the ultimate build -out plan for the airport, approved by the parties to the Deltona Settlement through a Memorandum of Understanding (OR 2893, PG 3338- 3345) and Collier County Resolution 2001-345. The site will be developed as additional parking for the airport, an expanded terminal building, and stormwater management. + Immokalee Area Master Plan On behalf of the Immokalee CRA, and working closely with CRA and Collier County staff, a team of consultants, including transportation and public realm design consultants, comprehensively reviewed and revamped the Immokalee Area Master Plan (TAMP) and then create a substantially revised set of land development regulations for Immokalee reflecting its unique culture and rural character, especially when juxtaposed against the coastal Collier County urban area. The effort was characterized by significant public and stakeholder participation and culminated in a new IAMP that focused on economic development, Immokalee downtown / urban core design standards and redevelopment incentives, a public realm, and new land codes for urban Immokalee to be implemented through a comprehensive Urban Immokalee overlay. The Immokalee Area Master Plan was adopted by the Board of County Commissioners on December 10, 2019. + Collier County Master Mobility Plan Collier County initiated the MMP study to comprehensively plan for the County's mobility, land use, and infrastructure needs at an assumed "build -out" population such that policies, regulations and incentives could then be developed that would reduce overall Vehicle Miles Traveled (VMTs) and Vehicle Hours Traveled (VHTs) while considering potential environmental impacts. The project consisted of three phases: Phase 1: data collection and review (completed in 08/2012); Phase 2: data analysis and MMP development (completed in 02/2012); and Phase 3: recommendations for policy amendments, i.e., Growth Management Plan Goals, Objectives and Policies and/or land code amendments. Numerous recommendations were endorsed by the Collier County Commission and County staff is implementing these recommendations through land code and/or GMP amendments. Robert I Mulhere, FAICP Planning & Zoning Professional Registration: American Institute of Certified Planners, Fellow Certified Planner Number: 010931 Education: MPA, Florida Gulf Coast University B. A. Political Science, St. Michael's College, VT Experience: Total Years Experience: 32 Years with HIM: 8 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 10 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mrs. Paula N. C. McMichael, AICP is Director of Planning. Mrs. McMichael utilizes her urban planning experience for our private and public clients, focusing on comprehensive planning, land development codes, special planning studies, and privately -initiated land use petitions, including developments of regional impact. She is a highly skilled researcher, writer, and editor. With 18 years of experience with planning projects in south Florida, Mrs. McMichael's work on land use approvals has included developments of regional impact, rezonings (conventional and planned development) and land use amendments. In addition to development approvals, she has worked with several municipalities in updating comprehensive plans and land development codes. She has also prepared special planning studies on a range of topics, such as workforce housing, redevelopment and sustainability. Her work on land use approvals has included developments of regional impact, rezonings (conventional and planned development), and land use plan amendments. In addition to development approvals, she has worked with several municipalities in updating comprehensive plans and land development codes. She has also prepared special planning studies on a range of topics, such as workforce housing, redevelopment, and sustainability. Comprehensive Plans — Written and researched growth management plans, including new elements and updates to existing elements, coordinated with the state land planning agency and local stakeholders to determine issues and solutions. Land Development Codes — Developed mixed -use overlay for redevelopment area, worked with business community to prepare new signage code. Site Analyses — Responsible for researching entitlements, vested rights, and land development regulations, coordinating the work of other disciplines, and recommending an entitlement strategy. Project Experience: + MKY: Expansion of Airport Hangar and Parking This project included rezoning to P-Public Use, an amendment to a PUD, and vacating road right-of-way to accommodate expansion of an airport hangar and parking, consistent with the approved Airport Layout Plan. The property is located on Mainsail Drive, within the Hammock Bay Golf & Country Club, directly adjacent to the west of the Marco Island Executive Airport. It includes a portion of platted Tract Q, Marco Shores Unit One (PB 14, PG 38) totaling 2.8± acres, and a portion of Mainsail Drive (platted road right-of-way), totaling 2.9f acres. Concurrent applications were submitted to amend the PUD and to vacate the ROW. The 5.7 acres are included in the ultimate build -out plan for the airport, approved by the parties to the Deltona Settlement through a Memorandum of Understanding (OR 2893, PG 3338- 3345) and Collier County Resolution 2001-345. The site will be developed as additional parking for the airport, an expanded terminal building, and stormwater management. + Immokalee Area Master Plan On behalf of the Immokalee CRA, and working closely with CRA and Collier County staff, a team of consultants, including transportation and public realm design consultants, comprehensively reviewed and revamped the Immokalee Area Master Plan (TAMP) and then create a substantially revised set of land development regulations for Immokalee reflecting its unique culture and rural character, especially when juxtaposed against the coastal Collier County urban area. The effort was characterized by significant public and stakeholder participation and culminated in a new IAMP that focused on economic development, Immokalee downtown / urban core design standards and redevelopment incentives, a public realm, and new land codes for urban Immokalee to be implemented through a comprehensive Urban Immokalee overlay. The Immokalee Area Master Plan was adopted by the Board of County Commissioners on December 10, 2019. Paula N. C. McMichael, AICP Planning & Zoning Professional Registration: American Institute of Certified Planners, 2006 Certified Planner Number: 021434 Education: Florida Atlantic University, Fort Lauderdale, FL, Masters in Urban and Regional Planning Honors: Environmental Growth Management Fellow Smith College, Northampton, MA, Bachelor of Arts, English Experience: Total Years Experience: 18 Years with HIM: 7 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 111 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 1: ABILITY OF PROFESSIONAL PERSONNEL Mr. John Archibald has 40 years of experience in construction management and inspection services, including a significant amount of experience in civil disciplines and aviation construction of site work and buildings. Mr. Archibald is well -versed in all aspects of construction inspection and coordination and has vast experience working under the unique conditions of airport construction. Project Experience: • RSW — CEI Services for the Rehabilitation of Taxiways A, F & G2 and Rehab of Cargo Apron • TIX Space Coast Airport — RPR/CM, Airfield Lighting Rehab upgrades to airfield lighting and signage including new electrical vault. • 07FA Ocean Reef Club — RPR, R/W 11-29 and Apron Reconstruction including airfield lighting and stormwater drainage upgrades. • COI Merritt Island Airport — RPR/CM, South Apron and R/W 11-29 Rehab including stormwater drainage upgrades, reconstruction of airfield apron and pavement repairs to R/W 11-29. • PHL On Call, Runway 9R-27L, 9L-27R, Taxiway S Rehabilitation Projects, New K5 High Speed, City of Philadelphia, PA DOA — Senior Aviation Inspector responsible for coordinating and inspecting airfield lighting, mill and pavement overlay activities on the main runways, taxiways. • ROA Aircraft Rescue and Firefighting Station, Roanoke Regional Airport, VA — Resident Project Representative responsible for on -site administration and inspection of all phases of work by contractors on multi -prime project to construct a new ARFF Station. Responsibilities included Liaison for the Owner/Client and General Contractor. Provided QA/QC as well as Civil, Electrical and Mechanical inspections to FAA specifications. Reviewed schedules, processed pay requests, prepared daily and weekly FAA reports, verified for final inspections and recommended final acceptance. John Archibald Construction Inspector Professional Education / Certification: Previously Certified Non -Destructive Exam Level II (ASNT-TC-1A basis) RT, MT, VT (Includes Knowledge in ACI, ASME, ANSI, API, SWA Codes / Standards) Completed Training in Concrete, Earthwork and Asphalt Paving Inspection Methods OSHA 30/10-Hour Safety Training Certified CPR/AED Certified Troxler Nuclear Gauge Certification 1998 Professional Affiliations: American Society of Certified Engineering Technicians Experience: Total Years Experience: 40 Years with HM: Since 2020 • ACY Apron Expansion Phases I & II — CM Services. South Jersey Transportation Authority, Atlantic City, NJ — Senior Aviation Inspector responsible for Quality Assurance and Civil inspection for Ph. I and Ph. II apron expansions. Construction items included stormwater system, earthwork, concrete and asphalt pavement, reconstruction of parking areas and landside facilities, taxiway and site lighting, airfield signage, and pavement marking. Intricate phasing plan allowed much of the work to be performed in non-AOA areas and also to expedite the AOA work that impacted active airside operations. • Sanibel Toll Plaza Reconstruction Project, Lee County Department of Transportation, Fort Myers, FL — $15M project consisted of 5,000 SF elevated toll plaza building with associated roadway infrastructure system and site utilities. This work was part of a $100M bridge construction project which required intensive coordination with the project construction manager and subcontractors on site. Responsibilities also included quality control management, document, plan and schedule review and coordination and scheduling of County inspections. • Midfield Terminal Complex at Southwest Florida International Airport, Lee County Port Authority, Fort Myers, FL — $438M project included apron and taxiway construction, landside development, terminal building, parking garage, rental car facilities and access roadway system. Resident Project Representative, Parking Garage Package: After working as a Lead Inspector for this portion of the project which included a three - level, 1.3 million square foot parking garage, 27,000 sf rental car facility, 12-booth parking toll facility, rental car customer service and office buildings and rental car fuel farm. Responsible for: monitoring field construction activities; overseeing field inspection staff; assuring proper inspection coverage; reviewing progress payments and recommending same for approval; reviewing change order requests and recommending same for approval as appropriate; conducting weekly construction meetings; coordinating interface between project and adjacent contractors; managing submittal process; coordinating QA and acceptance testing; reviewing QA and acceptance results; reviewing daily inspection reports from CM staff and contractor; notifying contractor of non-compliance issues; constructing substantial completion inspections. Resident Project Representative, Revenue Control Package: In addition to the duties as RPR for the Garage, tasked with providing those same services for this portion of the work which included installation of fully integrated on-line, real time parking access and revenue control system. Lead Inspector, Parking Garage Package: Responsible for daily inspections, monitoring and documenting daily construction activities, measuring and recording field quantities, and advising supervising CM staff of all progress and potential issues. Lead Inspector, Airside Package: (12,000 LF parallel taxiway, 75 Acre terminal apron, aircraft hydrant fueling system and airfield lighting) Responsible for inspection of subgrade, subbase, P-401 asphalt paving, airfield lighting, signage and hydrant fueling system installation. Responsible for daily inspections, monitoring and documenting daily construction activities, coordination with Airport Operations and FAA Control Tower staff to minimize disruption to air carrier's schedule. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 12 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES SUB -CONSULTANTS 1: ABILITY OF PROFESSIONAL PERSONNEL 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 HSo government -sector goals by providing quality professional engineering, planning and allied services AN N 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. 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. Project experience: ■ Arcadia Municipal Airport, Airfield Lighting System Improvements, Arcadia, FL ■ Naples Airport, New Taxilane F, Naples, FL ■ Naples Airport, Security Lighting, Naples, FL • Naples Airport, Taxiway D Extension, Naples, FL ■ Winter Haven Regional Airport -Gilbert Field, Rehabilitation of Runway 11/29, Winter Haven, FL ■ Valkaria Airport, Runway 10/28 Reconstruction, Valkaria, FL 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. Project experience: ■ Naples Airport, Taxiway D Extension, Naples, FL ■ Naples Airport, Taxiway A Improvements and Holding Bay, Naples, FL ■ Naples Airport, New Taxilane F, Naples, FL ■ Winter Haven Regional Airport -Gilbert Field, Rehabilitation of Runway 11/29, Winter Haven, FL ■ Arcadia Municipal Airport, Airfield Lighting System Improvements, Arcadia, FL Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 13 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HQLEMONTES 1: ABILITY OF PROFESSIONAL PERSONNEL p4GE.F. Gaines Surveying Services, Inc. is a licensed surveying and mapping firm located in Fort Myers, Florida. EFGaines has provided design related surveying services to both public and private sector clients since 2002. EFGaines specializes in providing surveying and mapping services to engineering and architectural firms, as well as public agencies. EFGaines fills the key role of Project Surveyor in the multi- E.F. GAINES SURVEYING SERVICES, INC. disciplined approach used with today's professional design teams. It is their highest priority to provide clients with an accurate and complete base map of existing conditions which will become the foundation of the client's design. EFGaines has provided surveying and mapping services for design related projects at the following airports: Naples Airport, Immokalee Airport, Fort Myers Page Field Airport, Southwest Florida International Airport, Winter Haven Airport, Arcadia Airport, Punta Gorda Airport and LaBelle Airport. EFGaines currently holds DBE/MBE/SBE certifications with the following agencies: FDOT; State of Florida, Florida Department of Management Services, Office of Supplier Diversity; and South Florida Water Management District. EFGaines employs an experienced, well trained staff of field and office surveyors and survey technicians using the most current survey instrumentation such as Global Positioning Systems, robotic total stations and digital levels. Their drawings and maps are produced with Autodesk Land Development and Civil 3D software. EFGaines also provides "soft -dig" vacuum excavation services to assist clients in obtaining accurate locations of existing underground utilities. Elizabeth Gaines, P.S.M., the owner and founder of the firm, has more than 30 years of surveying experience in boundary, hydrographic, topographic and construction surveys and is well known in the southwest Florida design community. She has supervised multiple field crews and survey technicians and has performed boundary, topographic, route, mean high water and erosion control line surveys, prepared subdivision plats and condominium exhibits, coordinated construction layouts and performed G.I.S. support services. Project Experience: • IMM: Taxiway "B" Rehabilitation • APF: Falcon Lane Improvements • APF: Taxiway "A" Improvements • APF: Taxiway "D" Extension • APF: Tower Drive Modifications • APF: Taxilane "F" • APF: Jet Center Expansion • APF: GA-AOB Site Improvements • APF: Runway 14-32 Drainage Improvements • FMY: Perimeter Road • RSW: Commercial Ground Transportation Center Passarella & Associates, Inc., founded in 1996, is a full -service ecological and environmental PAS SARE LLA consulting firm, founded to assist clients in achieving a sustainable balance between -<' S' & ASS O C IATES development and our environmental resources. They offer environmental expertise based on the application of science and sound ecological principals to oversee both small and large- scale projects from inception to completion. Clients depend on their experience and understanding of the permitting process to navigate federal, state and local environmental regulations. Passarella & Associates has developed a strong project -team approach that provides flexibility and strength. They understand the importance of communication and work closely with our clients to ensure that each project is designed, permitted and implemented to the highest level of quality, all while complementing the natural environment. Passarella & Associates consists of a team of experienced ecologists, biologists, environmental professionals, GIS analysts, AutoCAD technicians and support staff members with the knowledge and experience to assist clients through the environmental regulations no matter the complexity of the project. Passarella has the knowledge and experience of Collier County Airports and has worked together with Hole Montes on several successful projects. The Passarella team will be led by Senior Ecologist, Bethany Brosious, with 17 years of experience. Project Experience: Everglades Airpark + Environmental Permitting • Seaplane Base Feasibility Analysis • Seaplane Base Focused Environmental Assessment • Runway Rehabilitation Focused Environmental Assessment Immokalee Regional Airport • Environmental Permitting • Florida Scrub Jay Monitoring Marco Island Executive Airport • Parallel Runway Environmental Permitting • Mangrove Trimming Observations Naples Municipal Airport • North Road Realignment • Wetland Jurisdictional Determinations Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 14 1 Page Experienced, Knowledgeable, Local Professionals ■■ HM' HOLEMONTES 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 GIEW.I-M .w . hL�TERLUS I public and private sector since 1992. With offices in Tampa, Winter Garden and Pensacola, they have the ENr2,TERING 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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 15 1 Page PAST PERFORMANCE W U Z VJ HOLEMONTES ENGINEERS LANDSCAPE ARCHITECTS; PLANNERS SURVEYORS Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 2: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: This project will rehabilitate Runway 15-33 to 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. The airport is in an environmentally 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. Collier County CONTACT: Justin Lobb 2005 Mainsail Dr., Suite 1 Naples, FL 34114 239.642.7878 iustinlobb colliergov.net III Ihyi14111►14 Project Ongoing Anticipated Construction Date: 2022 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 16 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 2: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: The focus of this project was for professional design and construction phase engineering services for airfield pavement reconstruction of Runway 18-36 and the extension of Taxiway C at the Immokalee Regional Airport. Taxiway C will be extended 3,000 feet as a Taxiway Design Group (TDG) II, which will connect Taxiway B and the Airport's primary Runway 9-27 to the Terminal/Hangar Area to increase safety by reducing crossing of Runway 18-36, as currently required by the airfield's geometry. This project also includes necessary drainage, safety area, markings, airfield lighting/signage improvements, and pavement removal/additions. Collier County CONTACT: Justin Lobb 2005 Mainsail Dr., Suite 1 Naples, FL 34114 239.642.7878 iustinlobb colliergov.net TIMELINE: Project Ongoing Anticipated Construction: 01/2021 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 17 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' s�.EEaa ano��PE.aa�n��w.xnEa��a�a��a� 2: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Collier County 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 CONTACT: rehabilitation consisted of full depth pavement removal, followed by 12" of subgrade Justin Lobb stabilization, 6" Iimerock base and a 4" asphalt surface placed in two 2" lifts. No drainage or 2005 Mainsail Dr., Suite 1 airport lighting improvements were made as part of this project. Naples, FL 34114 239.642.7878 Hole Montes designed, bid and provided construction services for the Taxiway B justinlobb colliergov.net 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 TIMELINE: budget, $77,101.88, or 7.9%, under bid. The only change order written was the final rectifying Completion Date: 2018 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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 18 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 2: 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. The program also included replacement of the antiquated runway edge / threshold lighting and 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 CONTACT: Justin Lobb 2005 Mainsail Dr., Suite 1 Naples, FL 34114 239.642.7878 0ustinlobb colliergov.net TIMELINE: Completion Date: 2015 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 19 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 2: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: This project included the design, permitting, bidding and construction phases for a 24,000 SF multi -use aircraft storage hangar with four crew offices, 58,000 SF 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. Mr. Parker served as Project Manager responsible for in-house site engineers and sub -consultants for building architecture and engineering and landscaping. Numerous options were developed to establish the final design to reflect LCPA's preference. Mr. Parker led his team through the permitting process with Lee County and the SFWMD and initiated a unique third -party review process for building permit. Lee County Port Authority Hector Yanez, P.E. 11000 Terminal Access Rd., Suite 8671 Fort Myers, FL 33913 239.590.4605 hyanez(oflylcpa.com TIMELINE: Completion Date: 2019 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 20 1 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encixeeas unmuae�xanunlsuxnessleunnmAs 2: 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, A1, 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 hVanez(c�flVIcpa.com TIMELINE: Completion Date: 2017 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 211 Page Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' s�.EEaa ano��PE.aa�n��w.xnEa��a�a��a� 2: PAST PERFORMANCE SUMMARY OF PROJECT SCOPE: CLIENT: Hole Montes provided professional design and construction administration 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(o)flylcpa.com TIMELINE: Completion Date: 2017 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 22 1 Page Collier CoH.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7802: General Professional Services for Airports (FDOT Funded) Reference Questionnaire for: Hole Montes, Inc. (Name of Company Requesting Reference Information) Timothy J. Parker, PE / CM (Name of Individuals Requesting Reference Information) Name: David Morris (Evaluator completing reference questionnaire) Email: drmorris@flylcpa.com FAX: Company: Lee County Port Authority (Evaluator's Company completing reference) 239.590.4608 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the fumVindividual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Multi -Use Hangar and Ramp Expansion Project Description: Page Field Airport (FMY) Completion D ate: 08/2019 Project Budget: Design: $424,777 CA Services: $223,760 Project Number of Days: 20 months design & construction Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). f I 0 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. c 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. I V 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. /0 8 Abiltity to manage risks and unexpected project circumstances. / 0 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. In 10 Overall comfort level with hiring the company in the future (customer satisfaction). I 0 TOTAL SCORE OF ALL ITEMS /00 ***UPDATED JANUARV 28, 2020` hir- coiitier county Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7802: General Professional Services for Airports (FDOT Funded) Reference Questionnaire for: Hole Montes, Inc. (Name of Company Requesting Reference Information) Timothy J. Parker, PE / CM (Name of Individuals Requesting Reference Information) Name: Dave Dale (Evaluator completing reference questionnaire) Email: ddale@oakfl.com FAX: Company: Owen -Ames -Kimball (Evaluator's Company completing reference) 239.561.4141 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Rehab of R/W 5-23 & Assoc. Taxiways Project Description: page Field Airport (FMY) Completion D ate: 2017 Project Budget: Design: $1,645,633 CA Services: $432,726 340 (Design Fees combined for R/W 5-23 & 13-31) Project Number of Days: Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Collier CoH.nty Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7802: General Professional Services for Airports (FDOT Funded) Reference Questionnaire for: Hole Montes, Inc. (Name of Company Requesting Reference Information) Timothy J. Parker, PE / CM (Name of Individuals Requesting Reference Information) Name: Hector Yanez (Evaluator completing reference questionnaire) Email: hyanez@flylcpa.com FAX: Company: Lee County Port Authority (Evaluator's Company completing reference) Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the fumVindividual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Rehab of R/W 13-31 & Assoc. Taxiways Project Description: page Field Airport (FMY) Completion D ate: 2017 Project Budget: Design: $1,645,633 CA Services: $345,260 (Design Fees combined for RM 5-23 & 13-31) Project Number of Days: 253 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. g 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 ***UPDATED JANUARV 28, 2020` Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: 20-7802: General Professional Services for Airports (FDOT Funded) Reference Questionnaire for: Hole Montes, Inc. (Name of Company Requesting Reference Information) Timothy Parker, P.E. (Name of Individuals Requesting Reference Information) Name: Adam Hied (Evaluator completing reference questionnaire) Email: Adam.Hied@brevardfl.gov FAX: Company: Valkaria Airport (Evaluator's Company completing reference) 321.952.4590 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Valkaria Airport: R/W 10/28 Reconstruction Completion Date: Project Budget: Project Cost: $2,200,000 04/2014 Project Number of Days: 396 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, fmal product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** —%C— COVIer County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7806 Reference Questionnaire for: Hanson Professional Services Inc. (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Kerry Keith, Senior Director of Airport Name: Development and Facilities Company: City of Naples Airport Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kkeith@flynaples.com FAX: 239.643.4084 Telephone: 23 9.643.0733 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Continuing Services Contract 2,725,000 Completion Date: on -going Project Number of Days: on -going Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS W U Z VJ HOLEMONTES ENGINEERS LANDSCAPE ARCHITECTS; PLANNERS SURVEYORS Experienced, Knowledgeable, Local Professionals ■J�' HOLEMONTES encixeeas unmuae,.xa xrslsuxnensleunnmAs 3: PROJECT APPROACH, WILLINGNESS TOMEET TIME AND BUDGET REQUIREMENTS UNDERSTANDING OF WORK TO BE PERFORMED Hole Montes understands that the primary function of the awarded firm is to fully manage and coordinate each and every task assigned. These tasks will vary in size and some will have challenging schedules; however, Hole Montes understands that each task must be completed on time. Project budgets will be established for each task and each task must be completed on budget. The work will generally include engineering services in conjunction with the operation, maintenance and development of Collier County Airports as well as other aviation and non -aviation projects. The work will require a wide range of services including concept refinement, cost estimating, designing, permitting and construction administration. To meet the requirements of these tasks, the Project Manager will be responsible for managing both in-house staff and a wide range of sub -consultants. The tasks also require meeting local, state and federal codes and especially the requirements for airports established by FDOT and FAA. The tasks will require a team approach and coordination with other General Consultants, the CM/GC and County staff. 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. 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 which 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. Hole Montes is providing design services for the Runway 15-33 Rehabilitation at Everglades Airport. We anticipate construction in 2022. 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 projects under the contract for General Professional Services for Airports for Collier County. 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 Collier County and has the ability to take on additional work as needed while offering the breadth and quality of services required for this contract. 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 of design progress. CLIENT -ORIENTED APPROACH Hole Montes offers Collier County an approach that focuses on providing personal service and a strong Project Manager that has experience working with airport staff. The key element of this approach is to meet the client's needs which includes having a single point of contact, being responsive and having access to qualified personnel and resources. As professionals serving many repeat clients, the ability to complete quality work in a timely fashion and within budget has long been an ingredient in building our strong reputation in the profession. Our approach to every project will include a commitment to respond to Collier County's comments and communications as expeditiously as possible. COMMITMENT TO RESPONSIVENESS Hole Montes takes great pride in its proven track record for responsiveness. We are committed to developing and maintaining an open line of communication with the County and its staff. HIM assures that this commitment will be maintained throughout the term of this contract. Our staff is available 24/7 and dedicated to completing the Collier County work on time, within budget and fully coordinated. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 28 1 Page Experienced, Knowledgeable, Local Professionals ■J�' HOLEMONTES encixeeas un-uae,.xa xrsl..nxnensleunnmAs 3: PROJECT APPROACH, WILLINGNESS TO -MEET TIME AND BUDGET REQUIREMENTS We pride ourselves in consistency and reliability with service on a moment's notice when necessary. Award of work to Hole Montes will allow the County the opportunity to engage a highly qualified firm that has experience in successfully performing similar work; have consultants available to address their needs the same day they are identified; work with professionals who have previously experience on successful projects, who live in southwest Florida and have been outstanding corporate citizens and business leaders in the community; and work with engineering, planning and support staff that is a part of the local southwest Florida economy. UNDERSTANDING OF COLLIER COUNTY'S GOALS AND OBJECTIVES Hole Montes understands that one of its most important functions is to provide a Project Manager and support team that will fully manage and coordinate all facets of professional services associated with each project to a successful completion, on schedule and within budget. To accomplish this function, HM understands that the team will provide all necessary services required to see projects through the design, permitting and construction phases, acting as an extension of the County staff. The work to be performed needs to address the special safety and security requirements of the FDOT and FAA. We understand that working as a team with the CM/GC of Collier County is the key to the overall success of all projects. HM also understands that the County promotes DBE and W/MBE participation and will work to provide maximum opportunities for DBE and W/MBE firms to participate in projects under this contract. 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 HM team is committed to assist Collier County 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 three certified Disadvantaged Business Enterprises (DBE) sub -consultants to meet the County's projected DBE goals described in the RFQ. 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 APPROACH TO DESIGN, PERMITTING, CONSTRUCTION PHASE SERVICES Hole Montes has previously served in a General Engineering Services role and will plan to approach assigned tasks in a similar fashion as was done in the past. HM will work as an extension of County staff to complete any project, large or small. HM's historical background of airports and the local environment, economy, regulatory agencies and construction industry as a whole means we can hit the ground running without a big learning curve. In most cases, HM has had some type of involvement in a large number of past airport projects and thus has a solid background and historical understanding of airports. The Project Manager plans to take the same approach that he did during recent projects and go above and beyond what is normally expected to successfully complete the tasks assigned. Mr. Parker takes personal pride in the success of both airports and their projects. As each project progresses, the construction administration becomes critical. Our proactive approach to handling day to day assignments, scope changes, pay receipts, RFI's and change orders provides a successful project and alleviates unexpected issues. Construction activities will be reported to the County regularly. Once construction is concluded, a rapid and clean closeout of the project will be completed. ON -CALL RESPONSIVENESS The HM team is, and continues to be, "on -call and ready" to respond to any and all requests from Collier County. We are only a phone call away! This proximity is key in cost savings and local knowledge of the area and local issues. While other firms expend considerable funds for travel, our team can quickly respond to any needs for on -site presence. HM is committed to Collier County and assures that this commitment will be maintained for any project awarded under this contract. Our staff is available 24/7 and dedicated to completing the County work, on time, within budget and fully coordinated. Our past performance is an indication of our responsiveness. Over the past 22 years, team members often were on - site with short notice and at all times of the day or night. HM will continue to provide this prompt and reliable service. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 29 1 Page Experienced, Knowledgeable, Local Professionals ■J�' HQLEMONTES 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS WILLINGNESS TO ACCEPT ALL ASSIGNMENTS HM has provided a wide variety of engineering services for our southwest Florida municipal clients for over fifty years. Our group of talented professionals are very proud of the numerous successes of our clients and are especially proud to have shared in their successes. As an airport consultant, HM recognizes that the needs of its clients are both large and small. HM will graciously accept each and every assignment from Collier County and is committed to delivering assignments regardless of size. 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 less than 40 miles from Collier County's offices. The proposed 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. 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 18 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 30 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 projects under the contract for General Professional Services for Airports for Collier County.. 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. ABILITY TO WORK WITH OTHER CONSULTANTS / 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. CRITICAL STEPS NEEDED FOR SUCCESSFUL COMPLETION Detailed and efficient permitting is extremely important in the project execution and maintenance of schedules because of the often lengthy time frames involved. Timing and timely submissions of permit applications are critical to keep projects on schedule. This requires an understanding of how soon applications can be prepared and submitted, often, while the design process is still underway. HM's many years of permitting through these various agencies have gained an intimate knowledge of specific requirements so that permitting applications are complete and can be processed faster. Successful permitting efforts require both good working relationships with agency personnel and a clear understanding of their requirements. Hole Montes maintains excellent rapport with staff from all of these agencies which invariably results in quicker feedback and responses and speeds processing time for final issuance of permits. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 30 1 Page Experienced, Knowledgeable, Local Professionals ■J�' HQLEMONTES 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND 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. Your Project Manager, Tim Parker, 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. 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. TIMELINESS OF COMPLETING QUICK -TURN ASSIGNMENTS Hole Montes and the proposed Project Manager have a proven track record on recent runway and taxiway projects of meeting time and budget requirements. Both have welcomed and successfully completed numerous quick -turn projects. These projects require close coordination with all stakeholders and a clear focus on the deadlines and goals of the project. 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. HM will remain vigilant of project management parameters to achieve an on -time, within budget goal and has consistently demonstrated an ability to meet client's schedules and budgets. Key factors in meeting this goal include: clearly identifying project requirements early that will be used in establishing budgets and schedules; build in an allowance for unforeseen conditions and escalation in construction costs; consultant and CM/GC to prepare independent cost estimates and reconcile differences; monitor project changes and keep design team, Collier County and CM/GC informed of impact. Schedules are plotted on charts that show each element of the task and submittal due dates including interactions between team members, Collier County staff, CM/GC and approving agencies. Budgets are reviewed at each submittal. These documents are continuously monitored throughout the duration of the project. We have the personnel and resources available to commit to even the most aggressive schedules. Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 311 Page Experienced, Knowledgeable, Local Professionals ■J�' HOLEMONTES encixeeas unmuae,.xa xrsls.nxnensleunnmAs 3: PROJECT APPROACH, WILLINGNESS TOMEET TIME AND BUDGET REQUIREMENTS 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. Accurate cost estimated 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. 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 ($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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 32 1 Page Experienced, Knowledgeable, Local Professionals ■J�' HQLEMONTES 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS BREADTH AND QUALITY OF SERVICES REQUIRED FOR THE PROJECT 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 Collier County staff, Hole Montes will utilize our resources, local knowledge and experience to provide Collier County 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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 33 1 Page Experienced, Knowledgeable, Local Professionals ■J�' HQLEMONTES 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS 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 for projects under the contract for Airport Improvement Program (AIP) Professional Services, Hole Montes will: • Incorporate all addenda to the bid into a signed and sealed conformed set of contract documents and provide to the Collier County Project Manager and obtain / assist Collier County 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 Collier County with intermediate permitting requirements. • Participate in substantial completion inspections and provide a punch list(s) to the contractor and Collier County. • Participate in the final inspection. • Prepare and submit to Collier County, as -built record drawings based on the contractor's redline mark-ups in both hard copy and electronic format (AutoCAD). • Assist Collier County 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 Collier County 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 - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 34 1 Page RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM W U Z VJ HOLEMONTES ENGINEERS LANDSCAPE ARCHITECTS; PLANNERS SURVEYORS Experienced, Knowledgeable, Local Professionals NM' HQLEMONTES s�.EEaa ano��PE.aa�n��w.xnEa��a�a��a� 4: RECENT, CURRENT, & PROJECTED WORKLOADS OF THE FIRM Hole Montes has reviewed the staffing availability and determined the current and anticipated workloads will not affect our ability to serve Collier County. Hole Montes is fully committed to the successful completion of all work associated with the contract for General Professional Services for Airports for Collier County. All key personnel will be 100% available, as needed, and fully committed. Based on the current commitments, Tim Parker and the entire Hole Montes team will have available time to dedicate to the County and ensure success on these projects. Hole Montes has the ability to commence work IMMEDIATELY upon Notice to Proceed. Hole Montes can offer you unparalleled knowledge of the area, technical expertise, extensive experience and a record of quality and responsiveness that will make your project successful! Hole Montes has consistently demonstrated an ability to meet client's schedules and budgets. We have the personnel and resources available to commit to even the most aggressive schedules. As professionals serving many repeat clients, the ability to complete quality work in a timely fashion and within budgets has long been an ingredient in building our strong reputation in the profession. We approach each project as a new experience while relying on our expertise from previous work. Below, please find a chart of our public -sector continuing contracts. Due to client confidentiality, our private -sector projects are not listed. Municipality! Client Current Continuing Contract City of Bonita Springs, Florida ✓ City of Cape Coral, Florida ✓ City of Marco Island, Florida ✓ City of Naples, Florida ✓ City of Punta Gorda, Florida ✓ Charlotte County School District ✓ Collier County ✓ Collier County Public Schools ✓ Highlands County ✓ Lee County ✓ Lee County Port Authority ✓ Lee County School District ✓ Lehigh Acres Municipal Services Improvement District ✓ Town of Fort Myers Beach, Florida ✓ Village of Estero ✓ We make this commitment to Collier County: Hole Montes will continuously strive to serve as an effective and efficient extension of the County's staff in an effort to ensure each task issued to Hole Montes as part of this contract is completed to the satisfaction of the County and its staff. The chart below illustrates the current and projected commitment for key members of the project team. PERCENT PROFESSIONAL ROLE AVAILABILITY Richard E. Brylanski, PE Timothy J. Parker, PE, CM Austin Brown, El David W. Schmitt, PE Robert J. Mulhere, FAICP Paula N.C. McMichael, AICP John Archibald Principal -In -Charge 1 Stormwater 1 Permitting 25% Project Manager 40% Design Engineer 40% Water 1 Wastewater Engineering 30% Planning 30% Planning 30% CEI 35% Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded 35 1 Page EXECUTED FORMS & ATTACHMENTS W U Z VJ HOLEMONTES ENGINEERS LANDSCAPE ARCHITECTS; PLANNERS SURVEYORS Collier County 16. Preparing final project reports including financial summary. 17. Obtaining release of liens from all contractors. Solicitation 20-7806 DISTRIBUTION OF WORK As noted above, one (1) firm will be selected for each of the three (3) categories of work. Firms should provide a proposal based on their Category of expertise and a selection/award will be made based on the following response and scoring criteria. Firms Proposal Intent The prospective firm shall select a category or categories with the submission of their proposal. The prospective firms may propose up to three (3) categories by checking the box of each category. The prospective firms will only be awarded one (1) category. Category A — Aviation Planning Services Category B — Architectural/Engineering Design Services for Airport Development Proiects PI Category C — Architectural/Engineering Construction Engineering Inspection Services for PI Airport Development Proiects The prospective firm will rank each category in order of preference, if proposing on multiple categories. The prospective firm will enter one (1) for the most preferred to three (3) being least preferred. The prospective firms proposing on a single category shall not rank in an order of preference. Category A — Aviation Planning Services Category B — ArchitecturaUEngineering Design Services for Airport Development Projects Category C — Architectural/Engineering Construction Engineering Inspection Services for 2 Airport Development Projects 11/13/2020 9:48 AM P. 9 Co'Lltier County Administrative Services Division Procurement Services Date: 11/13/2020 Email: Patrick.boy ejLVcolliercountyu.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist -Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added updated Insurance Requirement Form, removed performance and payment bonds. Change 2. Added updated Grant Provisions and Assurance Package pdf. If you require additional information, please post a question on our Bid Sync (www.bidsync.com)bfdding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above r e fe r�eed�ii�ita t i o n. (Signature) Hole Montes, Inc. (Name of Firm) Richard E. Brylanski, P.E. -Vice President 12/15/2020 Date Collier County Co ier Cot�.nty Administrative Services Department Procurement Services Division Vendor Check List Solicitation 20-7806 IMPORTANT': Please review carefully and submit with yom• Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: �] General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ® Form 1: Vendor Declaration Statement [� Form 2: Conflict of Interest Certification [� Proof of status from Division of Corporations -Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbizJ should be attached with your submittal. Vendor MUS"T be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. [� Form 3: Immigration Affidavit Certification MUST be signed and attached with yow• submittal or you MAY be DEEMED NON -RESPONSIVE [� E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [� Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. [� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [� Vendor W-9 Form. � Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificates) within five (5) days of the County's issuance of a Notice of Recommend Award. �q "fhe Bid Schedule has been completed and attached with your submittal, applicable to bids. ��] Copies of all requested licenses and/or certifications to complete the requirements of the project. [� All addenda have been signed and attached, or you MAY be DEEMEll NON -RESPONSIVE. [� County's I'f Technical Architecture Requirements has been acknowledged and accepted, if applicable. [� Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. 11/13/2020 9:48 AM p. 21 ***UPDA'I'�D JANUARP 28, 2020*** Collier County Solicitation 20-7806 COLL er County Administrative Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The w�dersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Fw•ther, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 15th day ofDecember , 2020in the County of Lee in the State of Florida Firm's Legal Name: Hole Montes, Inc. Address: City, State, Zip Code: Florida Certificate of N Authority Document umber Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signatw•e by: (Typed and written) Title: 6200 Whiskey Creek Dr. 950 Encore Way Fort Myers, FL 33919 Naples, FL 34110 449782 59-1518838 239.985.1200 Meng.com Richard E. Brylanski, P.E. -Vice President 11/13/2020 9:48 AM ***UPDATED JANUARP 28, 2020*** Collier County Additional Contact Information Solicitation 20-7806 Send payments to: Hole Montes, Inc. (required if different from Company name used as payee above) Jan Burton Contact name: Accounts Receivable Title: 950 Encore Way Address: Naples, FL 34110 City, State, ZIP 239.254,2000 Telephone: Accounting @HMeng.com Email: Office servicing Collier County to place orders (required if different from above) Contact name: Timothy Parker, P.E. Title: Project Manager Address: 6200 Whiskey Creek Dr. City, State, ZIP Fort Myers, FL 33919 Telephone: 239.985.1200 Email: TimParker@HMeng.com 11/13/2020 9:48 AM p. 23 ***UPllA'I'I:U JANUAI2Y 28, 2020*** Collier County Solicitation 20-7806 Co•Lliev Com ty Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certif es that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failw•e to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced prcject(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Hole Montes, Inc. Company Natne Signature Richard E. Brylanski, P.E. - Vice President Print Name and "Title State of Florida Lee County of The foregoing instrument was acknowledged before me by means of � physical presence or ❑ online notarization, this 15th day of December (month), 2020 (year), by Richard E. Brylanski (name of person acknowledging). Personally Known OR Produced Identification Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) JOANNA L. TAYIOR MY COMMISSION # GG 933702 EXPIRES: March 21, 2024 Bonded It" Notary Public Undemlers 11/13/2020 9:48 AM ***UPDATED JANUARI' 28, 2020*** Collier County Solicitation 20-7806 C;o ieY County Administrative Services Department Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFH)AVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA" ). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (&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/bid. State of Florida Iq County o f The foregoing instrument was this 15th day of December acknowledging). acknowledged before me by . (month), 2020 (year), by Personally Known OR Produced Identification Type of Identification Produced means of Hole Montes, Inc. Company Name Signature Richard E. Brylanski, P.E. - Vice President Print Name and Title a physical presence or ❑ online notarization, Brylanski (name of person (Print, Type, or Stamp Commissioned Name of Notary Public) JOANNAL. TAYLOR MY COMMISSION # GG 933702 EXPIRES: March 21, 2024 Qonded Thru Notary Public Underwriters 11/13/2020 9:48 AM ***UI'DA'I'liU JANUARY 28, 2020*** Collier County Solicitation 20-7806 Coi[ier County Administrative Services Department Procurement Services Division Form 4: Vendor Submittal —Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ® Collier County ® Lec County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County fi•om which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or anon -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ®Collier County or ®Lee County: 1966; 1982 Number of Employees (Including Owners) or Corporate Officers): 48 all 48 employees live Number of Employees Living in ®Collier County or ®Lee (Including Owners) or Corporate Officers): within Collier /Lee Counties If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties of perjury, 1 certify that the information shown on this %rm is correct to my knowledge. Company Name: Hole Montes, Inc. 950 Encore Way, Naples, FL 34110 Address in Collier or Signature: Date: 12/15/2020 Vice President 11/13/2020 9:48 AM ***UPDATI,D JANUARY 28, 2020*** INSURANCE AND BONDING REQUIREMENTS 7771 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 Ce►tcate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https:Happs.fldfs.com/boeexempt/ 2. ®Employer's Liability $_1,000,000_ single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ®Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ®Automobile Liability $_1,000,000_ Each Occurrence; Bodily Injury & P►•ope►-ty Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ _1,000,000 Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8.F Performance and For projects in excess of $200,000, bonds shall be submitted with the executed Payment Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read Trail East, Naples, FL 34112 13. ®Thirty (30) Days Cancellation Notice required. Collier County Board of County Commissioners, 3295 Tamiami 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 9/18/20 - Cr Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Vendor Signature Print Name Insurance Agency Agent Name Hole Montes, Inc. Richard E. Brylanski, P.E. -Vice President BKS Partners Cheryl Nevins Date 12/15/2020 239.931.3037 Telephone Number / A� " CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 12/3/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Cheryl Nevins BKS Partners 5216 Summerlin Commons Blvd PHONE FAX A/C No Ext: 239-931-3037 A/C No:239-931-5604 ADDRESS: cheryl.nevins@bks-partners.com Suite 200 INSURER(S) AFFORDING COVERAGE NAIC # Fort Myers FL 33907-2139 INSURERA: Continental Insurance Company 35289 License#: L008716 INSURED HOLEMON-01 INSURER B : FCCI Insurance Company 10178 Hole Montes, Inc. 950 Encore Way INSURER C : American Cas Co of Reading PA 20427 INSURERD: Lexington Insurance Company 19437 Naples FL 34110 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 675104446 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y 6080018975 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO 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 Y 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) PROPERTY (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 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C 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 RPS #20-7806 "Airport Improvement Program (AIP) Professional Services of Airports (FAA Funded)"" 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 if and to the extent required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Comissioners 3301 Tamiami Trail East Naples FL 34112 AUTHO-RIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD EXHIBIT 1A — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 CONTRACTOR COMPLIANCE REQUIREMENT OVERVIEW 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 (1-15) 1. ACCESS TO RECORDS AND REPORTS 2 CFR § 200.333; 2 CFR § 200.3369 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>$I50,000.) CONTRACT CLAUSE A3.3 (Breach of Contract Terms): Any violation or breach of terms of this contract on the part of the Contractor or Consultant 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 Cain•act Proiisions for OGtigated Sponsors and AIP Projects; brsued on June 19, 20/8. Page 1 EXHIBIT IA — FEDERAL CONTRACT PROVISIONS (FAA) 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, 1. 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 2000d4) 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: 1) Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2) 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. 3) Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4) Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5) Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it FAA Guidelines for Contract Provisions for Obligated Sponsors andA/P Projects; Issued on June 19, 2018. Page 2 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) 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. 6) Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Contractor will take action with 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 Federal4d 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 380, • 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 discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; FAA G:dtle/ines fa• Conn•act Provisions for OGligaled Sponsors nn�! AIP Projects; !ss«ed on June !9, 20lS. Page 3 EXHIBIT 1A — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 • 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). 4. 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, 5. DEBARMENT AND SUSPENSION 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. 6. DISADVANTAGED 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 FAA Guidelines for• Conhacl Provisions for Obligated Sponsors and AIP Projects; Issued on June t 9, 2018. Page 4 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 The County'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: 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (a.) 4) 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 5) 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 County'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. 1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; 2) A description of the work that each DBE firm will perform; 3) The dollar amount of the participation of each DBE firm listed under (f.) 4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (£) to meet the County's project goal; and 5) 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: (1) The names and addresses of DBE firms that will participate in the contract; (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm participating; (4) Written documentation of the bidder's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (5) Written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4); (6) If the contract goal is not met, evidence of good faith efforts. FAA Guidelines fa• Conn•act Provisions for• OGligaled Sponsors acid AIP Projects; /ss:red ar June /9, 20/8. Page 5 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 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: 1) Withholding monthly progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) 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 o Transportation DBF 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 Directorylists 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 ham://www.dot.state.fl.us/equalopportunityoffice/ Certification Process (§ 26.61— 26.73) The Authority will refer all matters pertaining to certification to the Florida Department of Transportation in accordance with the Florida UCP program. The Florida Department of Transportation will use the certification standards of Subpart D of Part 26 to determine the eligibility of firms to participate as DBEs in USDOT-assisted contracts. To be certified as a DBE, a firm must meet all certification eligibility standards. The Florida Department of Transportation will make all certification decisions based on the facts as a whole. For filrther information about the certification process or to apply for certiftcation, firms should contact: Florida llepartment of Transportation (FDOT) Equal Opportunity Office 505 Suwannee St. MS 65 Tallahassee, Florida 32399-0450 (850)4144747 Equal Opportunity Office http://www.dot.state.fl.us/equalopportunityoffice/ FAA Guidelines for ConB•nct Provisions for OG/igated Sponsors and A/P Projects; /slued on June 19, 20/S. Page 6 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 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 writien 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. 7. DISTRACTED llRIVING Executive Order 13513, DOT Order 3902.10 (Applies to all AIP funded contracts and subcontracts exceeding $3,500.) CONTRACT CLAUSE A13.3 (Texting When llriving): In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or subgrant. hl support of this initiative, the County encourages the Conh•actor 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. 8. 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). 9. 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 FAA Gurde/ines•for Contract Provisionsfor Obligated Sponsors and AIP Projects; Issuedon June 19, 20/S. Page 7 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 Consultant must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor — Wage and Hour Division 10. LOBBYING ANll INFLUENCING FEDERAL EMPLOYEES 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFR part 200; Appendix II(.I); 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: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 11. 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. 12. TAX DELINQUENCY AND FELONY CONVICTIONS Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014 (I'ub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6 FAA Guidelines for Conh•ncl Provisions for Obligated Sponsors and A/P Projects; Issued on J:ote /9, 20/8. Page 8 EXHIBIT 1A — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 (Applies to all contracts funded in whole or part with AIP.) CONTRACT CLAUSE A24.3 (Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions): The Contractor must complete the following two certification statements. (SEE SEPARATE CERTIFICATION DOCUMENT) The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space following the applicable response. (A separate form is provided for the certification.) The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The applicant represents that it is ( ) 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. 2) 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. 13. TERMINATION OF CONTRACT 2 CFR § 200 Appendix II(B); FAA Advisory Circular 150/5370-10; Section 80-09 (Applies to all contracts and subcontracts=/>$Z0,000.) CONTRACT CLAUSE A25.3, A25.3.1 Termination for Convenience: TERMINATION FOI2 CONVENIENCE (PROFESSIONAL SERVICES) The County may, by written notice to the Consultant, terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the County, the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. FAA Guidelines fa• Conh•nc! Provisions for Obl/gnted Sponsors and AIP Projects; /ssued on June 19, 20l8. Page 9 EXHIBIT IA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20,106 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. TERMINATION FOR llEFAULT (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. "I'he terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by County: The County may terminate this Agreement in whole or in part, for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by County approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination, the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement, the Consultant must deliver to the County all data, surveys, models, drawings, specifications, reports, maps, photographs, estimates, summaries, and other documents and materials prepared by the Engineer under this contract, whether complete or partially complete. County agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non -performed services. County further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If, after finalization of the termination action, the County determines the Consultant was not in default of the Agreement, the rights and obligations of the parties shall be the same as if the County issued the termination for the convenience of the County. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, County agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof, by mutual consent. If County and Consultant cannot reach mutual agreement on the termination settlement, the Consultant FAA Guidelines for• Conh•act Prorisrons for Obligated Sponsors and All) Pt•ojects; Issued on 1ane 19, 2018. Page 10 EXHIBIT IA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 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. 14. TRADE RESTRICTION CERTIFICATION 49 USC § 50104; 49 CFR part 30 (Applies to all AIP funded projects.) 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 — 1) 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.); 2) 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 3) 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 malting 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 CPR 30.17, no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the U.S.T.R, or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R, list or 3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in in all Lowe►• tier subcontracts. The contractor may rely FiIA Guidelinesfor Contract Provisions for ObligatedSponsors and A/P Projects; Issuedon June 19, 20lS. Page 11 EXHIBIT lA — FEDERAL CONTRACT PROVISIONS (FAA) FAA Funded Airport Improvement Program Projects (AIP) Grants CFDA 20.106 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 malting 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. 15. 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, Afghanistan4raq 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 Caih•act Provisions for Obligated Sponsors and AIP Projects; Issued on Jute 19, 10/8. Page 12 AIHBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE. PaEe Certification and Form GCA-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matteis — Primary Covered Transactions GCA-3:6 Disadvantaged Business Enterprise (DBE) Utilization (Forms 1-4) GCA-7 Collier County Conflict of Interest Certification GCA-8 Certification of Offerer/Bidder Regarding Tax Delinquency and Felony Convictions GCA-9 GCA-Certification Regarding Lobbying GCA-10 Acknowledgement of Grant Terms and Conditions GCA-1 EXHIBIT 1,13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primacy 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 volwltarily excluded from covered transactions by any Federal department or agency; (b) Have not within athree-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within athree-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primacy 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 Nimes, Inc. Firm Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Project Name 20-7806 Project Number 59-1518838 Tax ID Number 124843178 DUNS Number 6200 Whiskey Creek Dr., Fort Myers, FL 33919 Street State, Zip Signature ccA-z EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization FORM 1 The undersigned bidder/offerer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): X The bidder is committed to a minimum of 4•2 %DBE utilization on this contract. The bidder (if unable to meet the applicable DBE goal of 4.2%) is committed to a minimum of % DBE utilization on this contract and has submitted documentation demonstrating good faith efforts. Name of bidder's firm: Hole Montes. Inc. State Regist (Signature CI!�YE:3�a Richard E. Brylanski Vice President Title GCA-3 EXHIBIT I GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Address: City: Hole Montes, Inc. 6200 Whiskey Creek Dr. Fort Myers State: FL Zip: 33919 Name of DBE firm: E.F. Gaines Surveying Services, Inc. Address: 5235 Ramsey Way, Ste. 10 City: Fort Myers Telephone: 239-418-0126 State: F� Zip: 33907 Description of work to be performed by DBE firm: Surveying ----------------------------------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ TBD Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. E l iZd be+h Ga � 11 eS Digitally signed by Elizabeth Gaines 1. Date: 2020.12.08 08:53:50-OS'00' (Signature) (Title) President If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. GCA-4 EXHIBIT 13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (M/WBE) GOOD FAITH EFFORTS FORM 3 Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure disadvantaged, minority/women-owned and/or businesses as subcontractors/sub- consultants/suppliers. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. Fulfillment of the "good faith effort" can be accomplished by: 1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County. 2. Efforts to follow-up initial solicitation of interest by contacting disadvantaged/minority/women- owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by disadvantaged/minority/women-owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Documenting each disadvantaged/minority/woman-owned firm contacted the conclusion or decision regarding inclusion and reasons for the conclusions. 5. Efforts to assist the disadvantaged/minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that the contractor effectively used the services of available community organizations, contractor's groups, local, state and federal agencies, small businesses, disadvantaged/minority/women business assistance offices and other organizations that provide assistance and placement of disadvantaged/minority/woman-owned businesses. Company Name: Printed Name: Hole Montes. Inc. Richard E. Brylansk Title: Preside. Vice Signed: 12/15/202 Date: GCA-5 EXHIBIT I GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (MNMBEI OPPORTUNITY LIST FORM 4 Prime Contractor/Consultant Address /Phone Number Procurement Number Hole Montes. Inc. 6200 Whiskey Creek Dr., Fort Myers, FL 33919 239.985.1200 20-7806 Disadvantaged businesses and minority vendors, as defined in the Federal Code of Federal Regulations or Florida State Statutes must have the opportunity to participate on contracts with federal and/or state grant assistance. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 59-3154723 DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME Tierra MBE Minoru BETWEEN $1 - $5 MIILION PHONE 813.989.1354 WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS 7351 Temple Terrace Hwy, X NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Tampa, FL 33637 X MORE THAN $15 MIILION YEAR FIRM EST, 1992 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 04-3653931 X DBE (Disadvantaged) X LESS THAN $1 MIILION FIRM NAME E.F. Gaines Surveying Services Inc. MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239A18.0126 WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS 5235 Ramsey Way, Suite 10 NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Fort Myers, FL 33907 MORE THAN $15 MIILION YEAR FIRM EST, 1 2002 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadvanta ed LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadvanta ed LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST, FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE Disadvanta ed LESS THAN $1 MIILION FIRM NAME MBE QVIinorit BETWEEN $1 -$5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE Minoru BETWEEN $1 - $5 MIILION PHONE WBE omen BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. GCA-6 EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 20-7806 Collier County Solicitation No. I, 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 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, P.E Vice President Signature 12/15/2020 Position llate 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 A 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-7 EXHIBIT l.B GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions The Contractor must complete the following two cercation 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 llefinitions 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 Hole Montes, Inc. Firm Signature Title GCA-8 EXHIBIT 1.13 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 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 malting 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 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 cert' disclosure, if any. Signature of Contractor's Authorized Official Richard E. Brylanski, P.E. -Vice Pres. Name of Authorized Official and Title 12/15/2020 Date GCA-9 EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES w 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 requirements identified in this solicitation document(s). Vendor/Contractor Name Hole Montes, Inc. Authorized Signature Address 6200 Whis Solicitation/Contract # Creek Dr.. Fort 20-7806 to perform all of the specifications and grant FL 33919 Date 12/15/2020 E-Verify JYbdopmeune Company une Sapp Hale Manes, Inc. Company Information Company Name Company ID Number L.I. Mantes, Inc. 219629 Baas Number Physical Location Mailing AEeres. Address Address 950 EnCDIe Way P O. Box 111629 Address] Address Cry Cry Naples Naples state State FL FL zip Code Zip Code 34110 34108 County COLLIER Additional Interposition E in player ientdicatin Number Total Number of Employees 591518838 20 b 99 Administrator Organization Designation Em p layer Category None of these categories apply New /Etli[ User ID JSAP5]M game Business As loeAl Name Parent Organimlpn NAICS Code TotalHlnng Sees Total Points of Contact 541- PROFESSIONAL, SCIENTIFIC, AND 2 2 TECHNICAL SERVICES View/Etli[ View/Etli[ 9/29/2020 Detail by Entity Name DIVISION OF CORPORATIONS / rg ~ � rill (1Jflr/[t[ - 'Ime of 1,10r/. r wb-'if? Department of State / Division of Corporations / Search Records / Search by Entity Name / 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 AMENDMENT Event Date Filed 08/04/2020 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 CEO, Director TAYLOR, THOMAS M 950 ENCORE WAY NAPLES, FL 34110 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=HOLEMONTES ... 1/3 9/29/2020 Title Secretary, Treasurer Detail by Entity Name 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 President, Director Mulhere, Robert 950 ENCORE WAY NAPLES, FL 34110 Title VP Schmitt, David 950 ENCORE WAY NAPLES, FL 34110 Title V PRYSI, WILLIAM E 6200 WHISKEY CREEK DR FORT MYERS, FL 33919 Annual Reports Report Year Filed Date 2019 04/24/2019 9nia nrmiign1a search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=HOLEMONTES 2/3 9/29/2020 Detail by Entity Name 2020 02/07/2020 Document Images 02/07/2020 -- ANNUAL REPORT View image in PDF format 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 View image in PDF format 04/16/2015 -- AMENDED ANNUAL REPORT 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 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&searchNameOrder=HOLEM0NTES ... 3/3 Request for Taxpayer Give Form to the Form V�Q Identification Number and Certification requester. Do not (Rev. October 2018) Department of the Treasury send to the IRS. Internal Revenue Se ilce ► Go to w Jrs.gov/FormlN9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. HOLE MONIES, INC. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see: a instructions on page 3): o ElIndividual/sole proprietor or El Corporation ❑✓, S corporation El Partnership ElTrustiestate csingle C -member LLC Exempt payee code (if any) ❑ Umited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)► `p Note; Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting c LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC Is code if any) ( uanother a LLC that Is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that _ is disregarded from the owner should check the appropriate box for the tax classification of its owner. .� ❑ Other (see instructions)► rMpoes to accounts maintained outside ma U.S,) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) m 950 ENCORE WAY m 6 City, state, and ZIP code NAPLES, FLORIDA 34110 7 List account number(s) here (optional) MM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I, later. For other entities, It is your employer identification number (EIN). If you do not have a number, see How to .get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 5 9 F— 1 5 1 8 8 3 8 Under penalties of perjury, I cert'rfy that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above If you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and 19idends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured operty, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you a not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. aiyrr Signature of Here U.S. person► General I Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/Forni Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number CriN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► , • Form 1099-DIV (dividendsincluding those from stocks or mutual funds) • Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-1< (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-`J (Rev.10-2018) City of Naples 19-019 Water Treatment Plant Accelators Nos. 2 and 3 Improvements - RFO 15 Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' encmeeas unmuaea,Dlr,u,slruxn[si Uunn,esi po�xx,��xa n1� db'pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING PU51NE55 HEREIN 15 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLDRIDA STATUTES HOLE MONIES, INC. 715 IOTA 5T 5 NAPLES r-1—Ce LICEN5E NUMPER: CA17/2 EXPIRATION DATE: FEBRUARY 28,2021 AFxays wary 11,115 enllne al MVRaadaLlcsnse.cu,x 0 o Da a�tall�rLM1l.Nxrx,nenllnaxPlnrm. State of Florida Department of State I certify from the records of this office that HOLE MONTES, INC, is a corporation organized an der the laws of the State of Florida, filed on April 3, 1974, The document number of this corporation is 449782, 1 further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual reportluniform business report was filed on February 7, 2020, and that its status is active. 1 further certify that said corporation has not filed Articles of Dissolution, Given under my hand and the Great Sea!ofPoe State PfF10 d, at 1'ailahaasee, the Caprtar, this the Seventh day of February, 2020 •��n yr Secrets "Tracking N'omner: STT2951850CC "rn auth-tiratc Ihia cerfihcate,wit Ill, following utc,eneer Ihla nxm—, Sad lheu fxnow the hr—fiom,nsph yed. htlpNllx,rvlcex.ru 1UL,lglFilingrlCr>rt cahl]IStn,usl['.erlifirafeAufhenlicSlion HOLE MONTES LICENSING / CERTIFICATION 1lnriaalkparrmadrS iE,ieulr,ss'e vrd fonsmner Ser,4er Li':rnne \l,.: LB1772 Boxrd xf P zoos aIII— nal surveyor a audnleppera E,yVh:,unn hale FebinnfY'�8, 31711 - palarl,x eN»a•rwl.hx.xr, norlan Run�atih Professional Surveyor end Mapper Business License ,1R the pn,•'laionsui Chxpxr 712. I'Jvdx SWOLe1 HOLE MONIES INC 950 ENCORE WAS' NAPLES. FL 34110 rrTIII VI[UI.R. "N'LK KI"1•RIR.I] COWMIBSIONEA OF.4GRICCLTL�RL COLLIER COUNTY BUSINESS TAX WISNESSIMIWMSER: MIRE COLLIER COUNTY TAX WLLEUTOR-2.0N. HORSESHOE ORN•E- NAPLES FLORIDA34104-I2W)2522411 MSITOUR WEBSITE AT: wxvtelllMa 40M TM RECEIPT EXPIRES SEPTEMBER CU. 2021 o LAY AT PIACE CFRUNxEss FORP0uclxssEcrlcrv. ZCNE010P p50 ENCORE WAY t,T RA fAILIIPE iII CO SOIeCpd]FtPRYTOLOCALLA'A'S p \0✓�^1y 6USINE66PHONE. 234-2000 �'i J�4�GALF ROLE nONTEB, INC Sr r CA COUNT,IICN', FEE 2300 iE4¢ Cdrcerdl'nn 'N_O_ i N NAPLES.rL. 34110 ' ¢ et�� CIASSIPICATN ENGINEERING BUSINESS i tl '?Lr' r � f-MISTAKIS.NUN1-IoNE. C1A661FIG ATIHJCCD£ 036OU101 ti%` t�mA vgy.ar r4 j SATE ONI12/1020 ?dces,w, PermNlFe Ycsnsce bnxht erycuusb'n9 movbla-1 xlh�s9la� [�,A'F P'E�INT Pi � 502-21-000 8000 48 nor aces rexemPlve r..euxrrcmalrxmer mxaeoPmllminal mm'oe wgw"ki COLLIER COUNTY BUSINESS TAX 6USINLSSTAx NUMEER- SPBdo1 CBLUER COUNTY TM COLLECTOR- P000 HORSESHOE DRIVE- NAPLES FLORNA 34104-I239; 2RA2477 VlSROERWEBSRE EPTEMeER 30-com rYlS RECEIPT EXPI:RyES S[E�PTEMSER S0, 2021 BLI­C SRON. �sYATFTOQ LOf:NTICN' 95E ENCORE WAV zaREU. PUD E€�6,z FA wR 1010 WNIRNEY TO LL ^ ° wsl.eEss N,arE 2—COO STATECE-,MYLILN:LCW01772 p��Y€;,rL PaRIFs� ,Tg„2 P Gaparayn ���R'Y HOLE MONIES, INC cIAs61FI N�lnJ CppEN 03R06001Y0R coRPORA'IIONN"�+ A€' 'ayl yq•l DATE pxlsrvc>I.IL_EuxwM o6llzrzoz5 TM1ha IN u' N.T--s x:l ama -.m ��$,*°``� cry :� PE�IExI'7 s02--U eara°e 11 a:e m Nr m o 1x - I- v aano-d e Im n �¢'`y , nndoenR remN4 tl n f , Ikrfaue P R IM1 I &vM1„n9ri�fy7"xT."''� - lr' -.2020-2021 LF.F,- COUN"FY LOCAL BUSINESS TAX RECEIPT Accouet NUUUb : NOR1332 Aca,uat Espi—September JD, 3021 M,iy,gryiL'v in lM10 h,nlnvice u(: lacatlws: r.Tvm.6AOYG Rix1N 63U0 WHISKHV CxrUyy: UR TT,bkY8R5 f+L 339L9 - 'iHJn LOt-. RL5H.fxS -ewx xau:[PT rx rvONRaCLW'ltlRy HOLE HIONT65IND ]ROI,ti MUNTPS PIC cm lufwnmaoo_ fid00 WRi5'RN, [S3YE5 UA RrMreR.9 M,a1919 PAm 55J6ai-Ifrz p]2]21L00]-10 t'M 2020 - 2021 LFF COUNTY LOCAL BUSINESS TAX RECEIPT Account Nurdhcr: D604812 Arrunnt pxplres: September 30, 2021 L aye Lnunen I ImcRRon: firrR OLI'P.V.RR e200 WIIISKLR' CYiESK UR Fr \1YER9 NL v34s9 LUCALLL5AE95 T.MX Rrvt;OIV On rtRGOLSTORY HOLE MON'IPA MC 6200 WH[9KE5' CREEK DR Trl'MYERh PL 35919 PAID s5912F15-1 i OPht Collier County • RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded ■: Experienced, Knowledgeable, Local Professionals HMy HQLEMONTES encixeeas unmwae.�'merslN�xxenleunnmas HOLE MONTES LICENSING / CERTIFICATION dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROTESSIONAL ENGINEERS FPROVISNJNS OF GRAPIER 4]L FLORIPA STATUTES HF BRYLANSKI, RICHARD EDMUND FORA MV[R5 CREfLA LICENSE NUMBER: PE61aa9 .y r .•�..c� r= nr.n�ot1 This certificate hereby qualifics dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS IPROVISlON5UFCHAPLER4TIIRURIUA5TATU7L3 II F PARKER, TIMOTHY JOHN FORT MY[RSANU f133919 Robert J. Mulhere, AICP a:ih all the benefits ofa Certified Planner and a commitment to the AICP Cade of Ethics and Fmi-essional Conduct. Cenci&ed Flanner dumber �::'G;; R- — IFA� Paul Farmer, L" 1CP F-xeRv6 . Oim cor and I- .0 Rr AmerkaA PLeNrq ArAonaYs N&ew.ru 'rgli AArMNl lnftiW" f E.rttEed Pla "M 'Aci.yG xCo-r'vnRnH*OeN [iraFam Sifiinpllcy,AIf=P l4eidEnc SFAFF.F FLORIDA DEPARTMENT OF BUSINE55 AND PROFFs5IONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS HF THFPROVISIONS OF GRAPIER 4]L FLORIDA STATUTES SCHMITT, DAVID W NAaLrsFvcaaFrLsmta LICENSE NUMBER-PE-1 The American Institute of Certified Planners The Yrol eeLnnal 1>,.Iinrl. �f 'be .tnNriran Plecuafng Av Lation heTehv qualifies Paula N.C. McMichael as a me-ralwr With all the 1xiiefits of a Certified Plamier acid responsibility to the A1CP Code of Ftbica and PtnfcSional conduct. lkniGed PI.I­ Y..k1b : Bxt saa P'eBrunn 12. 2007 In.a.n cma+nT. Buexnr Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY April 7, 2020 Richard Brylanski, Vice President HOLE MONTES, INC. 6200 Whiskey Creek Drive Fort Myers, Florida 33919 Dear Mr. Brylanski: 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 10.1 - 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 April 7, 2021 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. CBHK/kw Sincerely, z t 1�lAd Carliayn Kell Professional Services Qualification Administrator Safety, Mobility, Innovation www.fdot.gov Experienced, Knowledgeable, Local Professionals ■■ HM' HOLEMONTES Fnclxeeas unmwaz,slormerslNexxuFeunuzmas 10— STATEOFFLORIDA DEPARTMMTOFBUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS 11 IN ISMIII IA'017 ,IIE[R 111[ vROVLIOraOF LNPPCfli 4Tl, FlOR104:iAT�l-S TIERRA, INC. —--dUpr I uCenRE NVMW[p ['.aWam IMFR�nex eATl: ffARWW'r,c rm1 AM'�,.wWrnn.�n mrntrheuwum,. �,i 1 w•rr Vp ala,e�,db STATEOIFLORIOA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGIN EEAS NGt4EERHEREIN IS 1-11 4NWER7, I[ PROVISION5Of UtPPTTA 47F, FIORIDA.T ITS FREDERICK ERICR MATTHEW �_ K[ML1iVM'IM, W6W'M� EMFRATIdI Wen.ltp W N St NSz AMvn •rmlkmw mt,n Nrrk�bzk,nxaon SUB -CONSULTANT LICENSING / CERTIFICATION (41411K? c /cv icic� Tierra, Inc. oamaa- lonvmip Iwzvaoal MMMGEMERI DEPARTMENT dUlar STATE OF FLORI DA OF BUSINESS AND FRO FE5510 NAL REGULATION BOARD OF PROFESSIONAL ENGINEERS NANSON PROFESSIONAL SERVICES INC. r. norm sens,oFl¢io , RATE ifWRWRY3&i011 State of Florida Department of State I certify from the records of this office that PASSARELLA & ASSOCIATES, INC. is a corporation organized under the laws ofthe State of Florida, filed on May 14, 1996. The document number of this corporation is P96000043419. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 16, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given undermy Nand and the Great Seal of Hie State ofFlorbla W TafMassee, the CaptW, this the Tweyffi day of February, 2020 �1IrE-S 4 � �G�D wE Secretary of State Tcackmg Numb,: 365!ct 5613CU To auHsenUcate Uus c,tlfirate,visit the FollWlmasg sitgenrecthis number, and then 17111—the in —dims diT hy,d. naPW:1�.,o:�.mnbiz.nYg�amgve,nr.��orsramvee�i�teann.eoulae� SIAIEOF ELUIlIUA DEPARTMENT OF aU51NE55 AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS IKI4E[R I IFAE�N IS eCCNREb uNn[0.TI I[ vRwlaora o�cRAPrm 4T1 uoRIDA nanlT� RUEL, DANIEL ROBERT VUMNq.NN4a .,+„71=1rbw — mz dbA®m�s�an.cw.mmR TATEOFFLORIDA "AT'." LORIDA DEPARTMENT OF BU5114—AND PROFESSR]NAL REGULATION BOARDOTpROrM ONAL ENGINEERS LEGHTFOOT, KEVIN N. NO Lcu d¢WATE ffhvnev�a. zozz 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 9902560 Account Expires: September 30, 2021 Mey engage. in she huainexF of: LeN:atlDn; CONSULTANT 13620 METROPOLIS AVE STE 200 FT MYERS FL 33912 TMS; LOCAL BUSINESS TAX RECEIPT IS .NON REGULATORY PASSARELLA AND ASSOCIATES INC PASSARELLA AND ASSOCIATES INC Paylnenl Inf nma0en: 13620 METROPOLIS AVE STE 200 Ff MYERS FL 33912 PAID 560376.18-1 OSf0512020 10:00 AM $50.00 Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Experienced, Knowledgeable, Local Professionals NM HOLEMONTES' rncixeus unmuar,axa,nunl.uxnusleunnmas Florida lkpa rtmeae nl Ax.:.Wror. nmd ['mmo.m.rr SerNcm License 11-LB7165 ' Q v,r Uiaiaimr of [oe.more. F.�.i� uo-ird.dyrolessioriW Sanesoes end .46pp.r. l Pirelipn Daae F b—Y28,2f121 3W3 Apmeahee FLwu, '1'ulinluiaaer, Florida 3]399`Fi00 Professional Surveyor and Mapper 13usineas License I lnder rhr P—ksixxx xf Chaprer 472, Flomla Saaex- EFCAIN65SEEVIS INC E239 RAM5EY WAY SUITE IO Y1 FORTAYF1Ltih'. J3197 M1FCULG'h-fiCKI' Flt]E➢ COMMISSIONER OP AGRICULTURE n��.nar...:bs:denmkWen,i.>.wpoW rbmm-kmixme n,emaw wm�n mc..I.r�,minmamedy Cloryrall.Fmm siauxa. Woman Business Certification E. E Gaines Surveying Services, Inc. Is certified under me provisions of 287 and 295.197. ROM Slatura$, for a period Iron: OW14f2019 031412021 l� ��Rce of supplier n�.r lrslL . nxnrirto lYporlrnrnt aP.aprieu[[ure uad [o¢rumer 5er•ires 9i.+rinn�P(��xa<mrr ScrNm I,icenax No.:T$d57F Nma.k is Rm(euiomei 3xr.gon vnd ni:t.pxra F. pirarinn Daic Feh— 29, 2f121 I2009 Apalaehee Pkwav'fallalreure, Florida 32141-6R0 Professional Surveyor and mapper License l'xd,;r %, Pm+rs..m s' ..l'(:hupter 472. Florida Stmalea ELIZ4EET8 F GAINES 6235 RAMS Y WAY%W, ID FORTMYE.RS,FL 33W-Iuc In I wtt .-4-1 1 No.uLE "N IK KI' H41[in COM-NCSSIO.J OFAMICLLIDRE r,.. �. xvc, r. iyi iks�L e'mal r+mmww mppe,'..xu mme »saemuaxac,n saw is r�ewei nrats� s, no[c.ar; eoFe..sunn FDOT Florida Department of Transportation RONDESANTIS 605 Suwannee Street KEVIN J. TU BAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY March 10, 2020 Elizabeth Gaines, President E.F. GAINES SURVEYING SERVICES, INC 5235 Ramsey Way, Suite 10 Fort Myers, Florida 33907 Dear Ms. Gaines The Florida Department of Transportation has reviewed your application for prequalifcation package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping 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 March 10, 2021 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. CBHKIkw Sincerely, L;�� %w Cadiayn Kell Professional Services Qualification Administrator Safely, Mobility Innovation www.fdot.gov Collier County - RPS No.: 20-7806 — Airport Improvement Program (AIP) Professional Services for Airports FAA Funded Collier County, Florida ATKINS Member of the SK-Lavalin Group Proposal for AIRPORT IMPROVEMENT PROGRAM (AIP) PROFESSIONAL SERVICES FOR AIRPORTS FAA FUNDED aas No. 20-7e06 ceceinben s, zozo /Gr931►1;`> A OVAIaLl1a 9aa &101[mW_\9_\I1►we 29111* Contents Section Contents ................................................................................................. Cover Letter 2 ................................................................................................. Evaluation Criteria No. 1: Ability of Professional Personnel 5 ................................................................................................. Evaluation Criteria No. 2: Past Performance 69 ................................................................................................. Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements 91 >................................................................................................. M M Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm 95 0 a Appendix 97 ................................................................................................. Local Experience { y� Cost -Effective Solutions Responsive Service i ATKINS Member of the SNC-Lavalin Group December 15, 2020 Patrick Boyle, Procurement Strategist Collier County, Florida Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 Atkins 1514 Broadway, Suite 202 Fort Myers, FL 33901 Phone: 239.334.7275 Fax: 239.334.7277 atkinsglobal.com Re: Proposal for Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded), RPS No. 20-7806 Dear Mr. Boyle and Selection Committee Members: The Collier County Airport Authority (CCAA) seeks an engineering firm Idappl- with aviation expertise to perform consulting, design, and construction -''� • ' management services for your three airports: Marco Island Executive Airport (MKY), Immokalee Regional Airport (IMM), and Everglades •�COSTEFFECTIVP � J Airpark (XO1). Atkins has assembled a team of aviation professionals with • • 7.� ° local experience and a history of providing cost-effective solutions III URESPONSIVE SERVICE } and responsive service to the County and Airport Authority. Atkins has had the privilege of serving as CCANs professional engineering consultant M since 2015. We understand the importance of the continuation of growth for the successful future of your airport system during the current COVID-19 pandemic and the lasting effects on transportation and infrastructure projects. Changes to consider include building new health and safety guidelines into design, the effects on supply chains, and keeping workers and passengers safe. The risks of COVID-19 vary from task to task. Where work continues, health and safety risk assessments need to be conducted and guidelines need to be consistent and provide a safe working environment. The County needs an experienced design team who can successfully take various airport tasks under this contract from predesign to construction closeout. The Atkins team offers this experience and will work diligently with you to maximize your airports' potential while achieving schedule, budget, and quality benchmarks. Atkins structured our response to highlight each evaluation criteria and offers the County and Airport Authority the following benefits: Evaluation criteria no. 1: Ability of professional personnel. Atkins has served the County since 1989 and supported your airport projects in the last 5 years, providing such general consulting assignments as engineering, planning, facility repairs design, and construction administration. Tasks ranged from small administrative support items to design and construction programs, including performing the construction, engineering, and inspection services (CEI) on the IMM security improvements, MKY and X01 hurricane repairs design and construction administration services, developing the CCAA disadvantaged business enterprise (DBE) goals, and IMM race event pavement inspection. A knowledgeable team that is responsive to the County's needs in a timely manner is a priority. As your current professional engineering consultant, Atkins is committed to the attentive and prompt service in support of your operation. Through our local experience, we have developed strong working relationships with County and airport staff and have served as a trusted advisor during the transition of airport staff. We understand your airports' integral details, which will allow us to efficiently provide services for their expansion and enhancements. This in-depth knowledge of your airport and your goals will facilitate future designs and shorten learning curves, which can save time and money at the beginning of the project. The Atkins team has similar experience performing all the required general services listed in the solicitation. We also have similar experience with all the proposed projects advertised. Additionally, most team members proposed for this contract have experience supporting our existing CCAA on -call services contract and the MKY new terminal, apron expansion, and taxiway improvements project. ATKINS NORTH AMERICA, INC Patrick Boyle I December 15, 2020 0 0 0 0 a Managing an airport is unquestionably a demanding task with many responsibilities. Of these, handling the processes involved with Federal Aviation Administration (FAA) funding programs can be a highly administrative and burdensome responsibility. We are prepared to provide as much assistance with this administrative process as CCAA needs. Our advantage to CCAA is Atkins' familiarity with FAA grant management, as well as our contacts at all levels of this agency. This experience and these relationships allow us to blend immediately with owners' representatives and act as an advocate for our clients. This, in turn, will enhance CCAA's ability to maximize the receipt of funding participation, including FAA funds. Furthermore, we understand FAA's review and approval processes and the resulting time constraints on the project schedule. These include a familiarity with the safety management system process and risk management that have been a big push by FAA. Our accessibility to FAA Airports District Office (ADO) will provide the ability to aggressively respond to funding opportunities in a timely fashion, thereby increasing the likelihood of obtaining critical funding. Our proposed local project manager, Kevin McCauley, PE, has 19 years of experience in the planning, engineering, construction, and management of airport -related and/or general civil engineering projects including runways, taxiways, aprons, and pavement rehabilitation projects as well as buildings, roadways, and drainage projects. He personally brings extensive south Florida and FAA experience including the CCAA on -call services contract, new terminal, apron expansion, and taxiway improvements at MKY. To supplement Atkins' aviation professionals, we have teamed with the following firms that have experience working with us to meet the CCAA's comprehensive project needs: > E.F. Gaines Surveying Services, Inc. (E.F. Gaines), a DBE firm that will provide surveying/subsurface utility exploration (SUE). > Faith Group, LLC (Faith Group), a DBE firm that will provide security/information technology or integrated technology access control (IT) access control. > Tierra, Inc. (Tierra), a MBE firm that will provide geotechnical services. Evaluation criteria no. 2:Past performance. Atkins has an extensive proven record of providing cost-effective design and construction phase services for airfield maintenance and improvement projects through the on -call or general engineering services contracts we have at more than 50 commercial service and general aviation (GA) airports. These include GA airports such as Treasure Coast International Airport (FPR), Venice Municipal Airport (VNC), Sebring Regional Airport (SEF), and Page Field (FMY); major commercial hub airports such as Orlando Sanford International Airport (SFB), Hartsfield Jackson Atlanta International Airport (ATL), Miami International Airport (MIA), Philadelphia International Airport (PHL), and George Bush Intercontinental Airport (IAH); as well as small hub airports such as Pensacola International Airport (PNS), Reno Tahoe International Airport (RNO), and Henderson Executive Airport (HSH). In total, Atkins has provided professional services to 41 of the top 50 airports in the United States. Atkins offers a strong national reputation to assist the County and CCAA in meeting their growth opportunities. Atkins' local County and CCAA experience gives us an unmatched understanding of the airport and its environs. Highlights of Atkins' experience include the CCAA on -call services contract, MKY new terminal, apron expansion, and taxiway improvements; GEC "Atkins' work has been excellent and a large portion of their success is due to their staff and their unfailing devotion to deliver the product." Mike Willingham, Executive Director I Sebring Airport Authority "...We gave Atkins the near impossible task of converting our general aviation terminal into a commercial service terminal from planning to grand opening in less than nine months. They exceeded our expectations by developing a comprehensive program to address all our needs on schedule and under budget..." Eugene Conrad III, Construction Manager, Airport Director I LAL Local Experience { y� Cost -Effective Solutions Responsive Service d J� Patrick Boyle I December 15, 2020 a contract at Lee County Port Authority (LCPA); GEC contract at SEF; terminal apron rehabilitation at SEF; GEC contract at FPR; cross -field taxiway connector construction services at FPR; GEC contract at Lakeland Linder International Airport (LAL); and LAL new intermodal center. We will use this comprehensive experience to benefit CCAA on this on -call services contract by applying our team's expertise, lessons learned, and best practices with a focus on the unique characteristics of MKY, IMM, and X01. Evaluation criteria no. 3: Project approach, willingness to meet time and budget requirements. Meeting the schedule and budget requirements of each task assignment is of the utmost importance. The Atkins team is developed to be nimble, providing the right -size team for the right assignment at any given time. Atkins offers significant bench strength of more than 4,000 employees across the country, with more than 900 of those located in Florida. This allows us to call on the right resources to meet your immediate needs. We have a well-earned reputation of completing quality work on accelerated schedules through the process of work -sharing. Our experienced staff, well-defined procedures, and strong appreciation of our clients' needs and expectations have contributed to on -time and within budget deliverables. Evaluation criteria no. 4: Recent, current, and projected workloads of the firm. Atkins' project team has the expertise and availability to perform any services requested by CCAA. Our team members are committed to providing quality professional services to the CCAA and will be available, as needed, for the duration of this project. The steadfast, responsive service Atkins has demonstrated to the CCAA is a strong indicator of the local expertise and cost-effective solutions that we will continue to provide the County and CCAA. Atkins is committed to remaining a trusted partner to the County and CCAA and welcomes the opportunity to continue to work with you and be a part of your airport's future. If I can answer any questions or provide additional information, please contact me at 239.271.3411 (office), 407.620.8112 (mobile), or darin.larson@atkinsglobal.com. Sincerely, Darin R. Larson, PE, LEED AP Vice President Local Experience { y� Cost -Effective Solutions Responsive Service d J� EVALUATION CRITERIA N0. l: ABILITY OF PROFESSIONAL PERSONNEL a Evaluation Criteria No. I Ability of Professional Personnel Atkins Serving as prime consultant, Atkins is a multidisciplinary engineering firm f served Florida since 1960. Atkins is a leading provider of engineering, planni construction management, environmental, surveying, and program managen company has grown and differentiated itself by developing strong technical sl its resources in emerging technologies, and combining its technical capabiliti understanding of clients' business needs. Atkins, with more than 4,000 empl in North America, serves governments and communities by providing consul help enrich the quality of everyday life. Atkins has broad experience providing cost-effective design and construction phase services for airfield maintenance and improvement projects through the on -call or GEC services contracts that we have at more than 50 commercial service and GA airports. These include GA airports such as FPR, VNC, SEF, and FMY; major commercial hub airports such as SFB, ATL, MIA, PHL, and IAH; as well as small hub airports such as PNS, RNO, and HSH. In total, Atkins has provided professional services to 41 of the top 50 airports in the United States. We will use this comprehensive experience to benefit CCAA on this on -call services contract by applying our team's expertise, lessons learned, and best practices with a focus on the unique characteristics of MYK, IMM, and X01. Our extensive Florida experience is based on current and past on -call contracts at the following airports: Southwest Florida International Airport (RSW), FMY, VNC, Tampa International Airport (TPA), PNS, SFB, Kissimmee Regional Airport (ISM), SEF, FPR, LAL, MIA, Miami-Opa Locka Executive Airport (OPF), Miami Executive Airport (TMB), and Orlando Melbourne International Airport (MLB). In addition to airport and airside projects, Atkins has successfully completed numerous designs for airport landsides or surrounding communities, including access roads, parking lots, security enhancements, and other services in support of our clients' overall airport goals. This depth of experience offers a range of services and staff capacity to meet this contract's needs. In addition to airport airside and landside projects, Atkins promotes airports' efficient, secure, and safe airport operations with passenger and stakeholder accommodations, sustainability, and revenue generation. Our architects and engineers are passionately committed to providing creative, functional, efficient, and cost-effective designs. Our vast experience in working with the FAA is demonstrated by the many projects conducted by our staff and supported by federal funding, thereby requiring FAA review and approval. Atkins' proven ability to work on FAA -funded airport planning and design projects is demonstrated by the satisfied airport clients we have worked for, and by the level of success we have had on our previous and ongoing airport projects. Krystal Ritchey, program manager Krystal Ritchey is responsible for all grant applications, design and construction progress reports, certifications, and general FAA coordination. We have coordinated with Ms. Ritchey on contracts at SEF, MKY, and MIA. Responsive service Atkins attributes our success in the aviation field to our highly experienced professionals who focus on meeting the diverse needs of the GA, commercial service, military, and private clients we serve. 0 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a ♦ EKO DTW* •JFK RNO� � FLX ORD� • DSM PNENPHL •DOV • DEN NYE* 9 ♦67L ♦SDF LAS M54 R �TRI BNA*4j NCSV • •TUL MQYWMBT OUT SANOMYF ♦SDM *ATL ♦TCL CHS DFO DAL ♦JAN TAUS ♦PNS •JAX • Civilian SAT NS AH •MSY MAo,»*MLB ♦ GEC SWTAt*RSWw 9FL • Military APF IA MKY X01 P73023.2020.11.4S Figure 1. Atkins' aviation experience Pedro Blanco, planning and compliance Pedro Blanco is responsible for planning and compliance for MKY, IMM, and X01 including airport master planning reviews, release of land requests, land use audits, and general compliance with FAA policies. Atkins has experience working closely with Mr. Blanco during the recent airport layout plan (ALP) update at SEF. Peter Green, environmental programs Peter Green's role includes all environmental impact studies, environmental assessments, and general permitting and coordination with other Florida agencies. Atkins staff coordinates frequently with Mr. Green to ensure our projects are completed timely; in accordance with FAA guidelines; and in compliance with local, state, and federal regulations. Bart Vernace, Orlando ADO manager Bart Vernace is responsible for oversight of the Orlando ADO, including day-to-day operations, administration of the Airport Improvement Program (AIP) and passenger facility charge program, airport compliance with FAA grant assurances and design standards, and all other aspects of the FAA Airports Division for Florida. Atkins works closely with Mr. Vernace on a number of projects throughout the state, including environmental permitting efforts at various airports and large-scale funding programs for significant development projects. Collier County experience and knowledge and experience with local construction and regulatory conditions Atkins offers CCAA a strong national reputation, broad -based technology, and a sincere commitment to client service to assist the County in meeting its growth opportunities. Atkins has provided CCAA with professional services since 1989, including countywide hydrology/watershed assessments, subsequent geographic information systems (GIS) implementation, and related drainage efforts, as well as numerous roadway projects. Atkins is providing CCAA on -call services, offering general consulting services, such as engineering, planning, facility repairs design, and construction administration, for the County's three airports— X01, MKY, and IMM. Tasks ranged from small administrative support items to design and construction programs, including the development of CCAA DBE goals, MKY and X01 hurricane repairs design; MKY and X01 hurricane repairs construction administration services; and IMM race event pavement inspection. Through these efforts, we have developed strong working relationships with County and CCAA staff to facilitate successful project delivery while maintaining internal and County standards. Local Experience { C� Cost -Effective Solutions Responsive Service d J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Atkins senior planner Gavin Fahnestock is a former employee of the FAA Orlando ADO and FAA Office of Airports, Financial Assistance Division, Al in FAA Headquarters, where he was responsible for administration of the discretionary grant program and the Airports Capital Improvement Plan (ACIP). He was a program manager in the Orlando ADO for more than 4 years, where he reviewed, approved, and provided oversight and instruction on AIP grant management and implementation, as well as grant assurance compliance, surplus property land release, land acquisition, project justification and eligibility, and airport planning oversight. At FAA headquarters, Mr. Fahnestock was involved for more than 6 years in the development of Al P guidance and the implementation of the AIP nationally, specifically administration of the discretionary grant program and management of the ACIP. He was involved in the development of the new AIP handbook and played a lead role in the development of the new FAA Order 5090.5, Formulation of the National Plan of Integrated Airport Systems and ACIP, as well as various other guidance documents related to the overall AIP and specifically to AIP grant management and grant drawdowns. Our significant experience with on-call/GEC-type contracts at small to mid -sized GA airports gives us the requisite experience to recognize, assess, and recommend feasible and financially sound development planning for Collier County airports. In addition, Atkins' strong local presence in southwest Florida and across the state means we have ample regional staff to support this on -call contract. In addition to the current on -call professional services contract for CCAA, recent assignments for Collier County have involved engineering/consulting services related to countywide hydrology/watershed assessments, subsequent GIS implementation, and related drainage efforts, as well as numerous roadway projects throughout the county. DBE philosophy Atkins has a well established record of promoting the fair and equitable use of DBE subconsultants, suppliers, or vendors. We maintain a minority business development plan (MBDP) that is updated annually and distributed throughout the company with strong corporate support. Atkins' MBDP is an integral part of our operations and provides a vital link between Atkins and the minority business community. Atkins is committed in policy and practice to a business free of discrimination. Policies and procedures are in place to ensure standardization and equity in employment practices, including hiring, promotions, training, and other programs. Various affirmative actions taken by Atkins include placing hiring notices in a broad range of venues, standard interview questions that focus on position requirements, and participating in scholastic internships and employment fairs to broaden our future employee base. We believe in fostering the growth and development of minority business enterprise (MBE) and DBE firms. Atkins also routinely uses subconsultants when needed for projects or at our client's direction. We frequently use MBEs and DBEs even in instances when our clients have not established such goals. The small/minority/disadvantaged/women-owned business enterprises (S/M/D/WBE) who have participated on our projects have also been the recipients of a significant transfer of technology, expertise, and hands-on experience from Atkins. This reflects Atkins' corporate commitment to a mentoring approach of our S/M/D/WBE subconsultants, which has enabled some S/M/D/WBEs to obtain and retain a foothold in areas of the consultant's community. In summary, it is Atkins' corporate policy to: > Conduct a program that will enable S/M/D/WBE firms to be considered fairly as subconsultants and suppliers on projects undertaken by the firm. > Provide adequate and timely consideration of the potentials of S/M/D/WBE firms. > Assure that S/M/D/WBE firms have an equitable opportunity to compete for subcontracts or to provide services. > Maintain a list of S/M/D/WBE firms. > Take affirmative action, where necessary, to ensure that the policy is adhered to in all instances. Our subconsultants for this project are certified minority and/ or small businesses as follows: Proposed subconsultants E.F. Gaines Surveying Services, Inc. (E.F. Gaines) (DBE) Surveying E.F. Gaines, a local and FDOT-certified DBE, is a licensed surveying and mapping firm located in Fort Myers, Florida. The firm, prequalified with FDOT, has been providing design -related surveying services to public - and private -sector clients since 2002. E.F. Gaines has provided surveying services for the following Florida airport design projects: IMM (Taxiway B rehabilitation), Punta Gorda Airport (electronic airport layout Local Experience { y� Cost -Effective Solutions Responsive Service d J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP plan [ALP] and wetland mitigation), Naples Airport (multiple projects, including Runway Local experience 14-32 drainage improvements, Taxiway D extension, Falcon Lane improvements, Taxiway D realignment, and Runway 5-23 drainage improvements), Winter Haven Airport (Runway 11- E.F. Gaines has provided 29 rehabilitation and lighting), Arcadia Airport (turf Runway 13-31 drainage improvements, surveying services T-hangar taxilane, and helicopter hangar), LaBelle Airport (Rodeo Drive improvements and for numerous Florida airport property map), Field Airport (Perimeter Road design and south quadrant hangars), and airport design projects, RSW (parallel runway environmental, wildlife hazard remediation, and Florida Power and including IMM Taxiway B Light maintenance limit staking). rehabilitation. Tierra, Inc. (Tierra) (MBE) Geotechnical Established in 1992, Tierra is a full -service consulting TIERRA geotechnical, environmental, and construction materials o testing engineering firm. Tierra is certified as an GLUS IRONM LAICAL ' MATE ERIN ENVIRONMENTAL • ENGINEERING MBE by the Florida Department of Management Services, Office of Supplier Diversity. The firm's staff of more than 180 professionals includes principal engineers, staff engineers, and geotechnical and construction inspectors and technicians. Tierra's technicians are certified through the Construction Training and Qualification Program, American Concrete Institute, and FDOT with more than 30 years of experience in geotechnical, construction, laboratory, and field materials testing and inspection services. Tierra's geotechnical services include: > Retaining wall design. > Laboratory testing and analysis. > Site grading recommendations. N > Sinkhole studies. 0 0 > Soil reinforcement. a > Expert witness testimony. > Pavement and slab evaluations and design. > Deep and shallow foundation analysis and design. > Subsurface exploration. > Corridor studies. > Project development and environment studies. Tierra operates its own laboratory facilities to better meet needs its clients'. The firm's laboratories are certified by CMEC, qualified by FDOT, and have the latest laboratory testing equipment. Tierra's capabilities with respect to soils, concrete, and asphalt have been approved by FDOT. Atkins and Tierra have worked as a team on multiple projects in Florida including RSW. Faith Group, LLC (Faith Group) (DBE) Security/IT access control Faith Group is a full -service consulting/engineering firm that specializes in the planning and design of Faith Group security, safety, operational, information technology (IT), and building systems for aviation and transportation clients. 'Ihe firm provides a full range of services that include developing security and IT master plans, system design documents, requests for proposals, system testing, construction phase services, and systems commissioning. Since its inception, Faith Group has provided these services for more than 125 aviation clients across North America and internationally. Atkins and Faith Group have worked as a team on multiple RSW projects. Faith Group has supported firms on a number of similar on -call contracts at RSW, MCO, Los Angeles International Airport (LAX), ATL, PHL, San Francisco International Airport (SFO), Denver International Airport Local Experience { y� Cost -Effective Solutions Responsive Service d J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP (DEN), San Antonio International Airport (SAT), and Dallas -Fort Worth International Airport (DFW). Founded in 2004, Faith Group is comprised of more than 80 skilled professionals, most with more than 20 years of hands-on experience ranging from all aspects of operations to security, IT, safety, and command control systems planning and design. Faith Group is headquartered in St. Louis, Missouri, with regional offices in Los Angeles and San Francisco, California; Dallas, Texas; Minneapolis, Minnesota; Atlanta, Georgia; Philadelphia, Pennsylvania; and Gaithersburg, Maryland. Faith Group is certified as a DBE with the Florida Unified Certification Program. Their ongoing success is based on the recognition that client satisfaction is paramount. Committed to helping lead the charge for a low -carbon economy, They assist their clients in fulfilling the social and practical challenges of an environmentally conscious world. Key personnel Successful projects —from design through construction —require a team that is well rounded, versatile, and qualified. The Atkins team possesses all these strengths and has the technical and field experience to lead the County's project to successful completion. Local experience Atkins has assembled an exceptional group of professionals who will work closely with Our role on the recent County staff as a team to assure project success. The Atkins team has the depth of experience, CCAA on -call services quality of management, technical expertise, state-of-the-art resources, and quality assurance/ contract provides Atkins quality control (QA/QC) procedures in place to provide the County with the services it with an understanding expects and requires to fulfill this important contract. of your airport's integral The management of this contract will be based on a simple but important premise —the details, which will allow N project must be organized, directed, and controlled to permit timely completion with us to efficiently provide 0 o the least possible expenditure of the County's resources and to meet the County's budget services for its expansion constraints. Atkins advocates frequent updates to our clients of project cost estimates and a and enhancements. early communication of any significant changes. In assembling our project team, we focused on individuals who meet or exceed the criteria needed to accomplish your project successfully. Additional information on each team member's level of experience on projects of similar type, size, and complexity is included in the resumes at the end of this section. The professionals presented below bring a wealth of knowledge gained on projects throughout the country. Our proposed organizational chart (Figure 2) identifies our key project team members proposed to deliver the project for the County. Darin Larson, PE, LEED AP Principal -in -charge Darin Larson is an experienced airfield engineer and manager of airport development programs. He has 26 years of experience in IL the planning, design, and construction of large airport development projects. Mr. Larson has served as project manager for a variety of airfield paving, lighting, and navigational aid projects, as well as airport terminal and support facility projects. In addition, he has more than 30 years of experience as a licensed private pilot and holds an instrument rating that gives him added perspective in managing airfield operational issues. Mr. Larson's experience includes serving as principal -in -charge for Atkins' CCAA on -call services contract and MKY new terminal, apron expansion, and taxiway improvements project. Local Experience { y� Cost -Effective Solutions Responsive Service d J� Figure 2. Proposed organizational chart ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a QUALITY ASSURANCE/ QUALITY CONTROL Thomas Roda, PE • Airport Planning/Airspace Jonathan Hand • FAA Grant Assistance Gavin Fahnestock • COLLIER COUNTY PROJECT MANAGER Kevin McCauley, PE • PRINCIPAL -IN -CHARGE Darin Larson, PE, LEED AP Architecture Planning/NEPA Jose Castellanos, RA, RID • Jason Hignite • Structural Landscape Architecture John Ilter, PE, LEED AP BD+C • Harry Belton, RLA • Civil Engineering Interior Building Engineering Geotechical Javier Suarez, PE (Airside) . David Heideman, PE • Kevin Scott, PE' • Bily Gomez, PE (Airside) • Building Systems Surveying/Subsurface Utility Jason Clemen, PE (Landside) • Tom Farmer, PE, LEED AP BD+C • Engineering (SUE) Pavement Engineering Cost Estimating Elizabeth Gaines, PSM2 Manny Bejarano, Ph.D, PE • Praveen Ommi, CEP, VIVA, LEED AP • Security/IT Access Control Construction Safety and Phasing Construction Services Brian Dougan3 Joseph Duarte • Michael Ryan, PE, PMP • Drainage/Utilities Brian Kelley • Fleet Wulf, PE, PIMP, LEED AP BD+C . Tomasz Trebacz • Airfield Electrical Jerome Howell, PE SUBCONSULTANTS Geotechnical 1. Tierra, Inc. (MBE) LOCAL Fort Myers • Florida . Environmental Scott Wesson. PE . Surveying/Sue Security/IT Access Control 2. E.F. Gaines Surveying 3. Faith Group, LLC Services, Inc. (DBE) (DBE) Kevin McCauley, PE Project manager Kevin McCauley has 19 years of aviation/transportation design engineering experience involving design packages and plans preparation of paving, lighting, and signing; navigational aids (NAVAIDs); and various design aspects, such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. He is responsible for designing and managing aviation projects, performing construction administration, and preparing construction plans, engineer's reports, and specifications for various aviation projects. Mr. McCauley's experience includes serving as project manager for Atkins' CCAA on -call services contract and project manager and airside/ landside engineer -of -record for Atkins' MKY new terminal, apron expansion, and taxiway improvements project. Local Experience { yn Cost -Effective Solutions Responsive Service ii J� 10 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Thomas Roda, PE QA/QC Thomas Roda has 22 years of experience working on aviation - related planning, engineering, and construction programs. During this time, he has had direct involvement in more than $10 billion worth of capital improvement projects at more than 40 different airports throughout the United States, Caribbean, and Middle East. Mr. Roda's expertise includes the planning, design, and construction management of airport facilities, such as runways, taxiways, aprons, roadways, and buildings. His experience includes serving as quality manager for Atkins' CCAA on -call services contract and MKY new terminal, apron expansion, and taxiway improvements project. Jonathan Hand, PE Airport planning and airspace Jonathan Hand has 18 years of experience, including project management and aviation planning involving aircraft simulation, parking and ramp planning, 3D airspace protection planning and air traffic control shadow studies, airport master plans, forecasting and feasibility studies, land use planning and noise analyses, wind analyses, and airfield design/ layout. Mr. Hand is also a Federal Aviation Administration (FAA) licensed commercial pilot with multiengine and instrument ratings. Mr. Hand has extensive experience with AviPlanner and airfield layouts in accordance with the FAA Advisory Circulars, including the apron layout for the MKY apron expansion. Gavin Fahnestock FDOT grant assistance M Gavin Fahnestock has 12 years of aviation planning, airport improvement, and flight experience involving the creation and administration of airport master plans, airport layout plans, capital improvement programs, grant programs, terminal planning, air cargo analysis, runway studies, environmental assessment, FAA policy analysis and development, grant administration, and airport regulation. Mr. Fahnestock has previous work experience with the FAA with oversight of the Airports CIP, discretionary grant program, and development of FAA policy. He is an expert in interpreting FAA legislation and policy and understanding FAA funding programs, including the Airport Improvement Program and passenger facility charge programs. Mr. Fahnestock's experience includes serving as senior airport planner for the LAL Rehabilitation and Strengthening of Runway 9-27 project. Javier Suarez, PE Civil engineering Javier Suarez Paz has 7 years of aviation design and construction management experience while working on commercial and aviation projects. His design experience includes setting JL up alignments, profiles, surfaces, and cross sections using AutoCAD Civil 3D. Mr. Suarez Paz's project experience includes runway, taxiway, and apron pavements improvements. During construction projects, his responsibilities include reviewing construction material submittals, quantity take offs, and internal communications with contractor. Mr. Suarez Paz served as civil engineer for the SEF terminal apron rehabilitation and MIA central base apron reconstruction projects. Responsive service Atkins has assembled an exceptional group of professionals who will work closely with County staff as a team to assure project success. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 11 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Manny Bejarano, Ph.D., PE Pavement engineering Manny Bejarano has 23 years of combined experience in the design, evaluation, rehabilitation, and construction of major infrastructure projects. Over the last 12 years, he has worked on major airfield paving projects worth more than $1 billion. Dr. Bejarano's experience includes commercial and military runway, taxiway, and apron airport designs. His field of expertise is pavement design, construction, civil material characterization, soils engineering, infrastructure management, and forensic analysis. Dr. Bejarano has conducted detailed pavement evaluations and non-destructive testing analysis, supervised field explorations, analyzed field and laboratory data, and recommended design alternatives for new construction and rehabilitation of roads, ports, and airport pavements. He served as lead professional engineer for an IMM race event pavement inspection task under Atkins' CCAA on -call services contract. Joseph Duarte Construction safety and phasing Joseph Duarte has 41 years of experience, including more than $3 billion worth of airport projects. This experience includes the program management, planning, design, and construction Local experience management of complex and challenging projects, including runways, taxiways, visual aids and NAVAIDs, aircraft parking aprons, pavement structures, Nearly all proposed access roads, storm drainage, terminal buildings, support facilities, cargo buildings, and Atkins staff members utilities. He is thoroughly familiar with aviation standards and quality management systems, have experience including International Civil Aviation Organization (ICAO), International Air Transport supporting our Association (IATA), and FAA. Mr. Duarte's experience includes serving as lead technical CCAA on -call services professional for Fort Lauderdale -Hollywood International Airport (FLL) Runway contract or M KY 1OR-28L expansion program. new terminal, apron Fleet Wulf, PE, PMP, LEED AP BD+C expansion, and taxiway Drainage and utility engineering improvements project. Fleet Wulf has 26 years of project management/engineering q1L experience in the planning, design, and construction for numerous multidisciplinary large-, medium-, and small-scale commercial, residential, and institutional land development projects; minor and major aviation and transportation facilities; stormwater management, sanitary sewer, and (:0A reclaimed and potable water systems; bridge replacement programs; and creek rehabilitation projects. Mr. Wulf served as engineer -of -record for the design and permitting of the drainage and utilities for Atkins'MKY new terminal, apron expansion, and taxiway improvements project. Jerome Howell, PE Airfield electrical Jerome Howell has 13 years of experience, including as an airfield lighting engineer. He has served as design engineer and construction inspector for various aviation projects. His focus in aviation is design, installation, and construction of aviation lighting systems. Mr. Howell's areas of specialization include taxiway and runway lighting systems, runway guard lights, airfield signage systems, runway end identifier lights, precision approach path indicators, medium approach light system, approach lighting systems with sequenced flashing lights, VORTAC, VOR/distance measuring equipment, localizers, glide slopes, and construction inspection, phasing, and safety. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 12 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Jose Castellanos, RA, RID / Architecture Jose Castellanos brings nearly 30 years of professional experience in design and project management for various clients throughout the country. Mr. Castellanos has actively practiced as project executive, managing architect, project manager, project architect, and construction manager. Specific project experience includes aviation, healthcare, education, retail, corporate, restaurant/hospitality, multifamily, residential, and mixed -use projects for public and private clients. Mr. Castellanos has managed various continuing service contracts. Additionally, his design -build experience is vast, including parking structures. John liter, PE, LEED AP BD+C Structural John Ilter has 33 years of structural engineering experience involving the design of residential and commercial structures. Mr. Ilter applies the expertise of a seasoned engineer to all conventional aspects of structural design while using advanced concepts and techniques to solve unconventional structural engineering issues. David Heideman, PE Interior building engineering David Heideman has 42 years of engineering design experience. Areas of expertise include energy conservation, ice storage, geothermal, chilled water, heating hot water, air distribution, domestic water, sanitary and stormwater drainage, stormwater detention, pumping, and road systems; grading; air flow modeling; and peer review. Certified as a renewable energy professional in 2011, Mr. Heideman is one of nine professionals who developed the certified plumbing designer examination for the American Society of Plumbing Engineers. Having provided designs for Leadership in Energy and Environmental Design (LEED) Gold and one LEED Silver buildings, Mr. Heideman uses life -cycle cost analysis to evaluate energy or design alternatives to select the most cost-effective alternate. Tom Farmer, PE, LEED AP BD+C Building systems 'Thomas Farmer has 23 years of project management and mechanical team lead expertise, including direct responsibility for the engineering design and production of work for multidisciplinary engineering and architecture projects. He has provided mechanical engineering and project management services on a wide variety of projects. Mr. Farmer is skilled in the design of heating and cooling systems, redundancy systems, hydronic cooling and heating systems, and unique air distribution for new construction projects as well as renovations. Praveen Ommi, CEP, VMA, LEED AP Cost estimating Praveen Ommi has 24 years of experience providing project control services for a variety of building, transportation, civil, and marine projects. He has also been involved in project management functions, such as marketing, accounting, and preparing proposals and other reports. Mr. Ommi has strong expertise in the use of estimating and scheduling software, including Micro -Computer - Aided Cost Engineering Systems (MCACES/MII), Primavera, and Microsoft Project. His project experience includes developing cost estimates and schedules from the conceptual stages of a project through final design; participating in value engineering studies, bid analysis, site adaptation, and guaranteed maximum price cost reviews; negotiating with contractors; and reviewing pay applications and change orders for cost and time extensions for various types of projects. Mr. Ommi's experience includes serving as lead cost estimator for Atkins' CCAA on -call services contract and MKY new terminal, apron expansion, and taxiway improvements project. Michael Ryan, PE, PMP Construction services Michael Ryan has more than 19 years of construction oversight, program and project management, and facility operations management experience as an active duty U.S. Air Force engineer officer and a civilian contractor. His duties include managing conventional engineering projects involving various elements, such as right -of way surveys; regulatory approvals and permits; mitigation plans; cost estimating; scheduling; and construction phase services. Mr. Ryan manages nearly 100 staff providing CEI services across Florida. Scott Wesson, PE Environmental Scott Wesson has 26 years of experience in state and federal environmental permitting, surface water management system design, hydraulic modeling, and project and program management experience. Mr. Wesson's experience includes a variety of design and computer modeling of stormwater management systems, roadway drainage design, site civil design, drainage and flooding studies, nutrient loading analysis, GEC support, o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 13 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a value engineering, environmental and drainage permitting, and construction management, review, and inspection. Jason Hignite Planning/NEPA Jason Hignite has more than 25 years of professional experience in environmental sciences and AL regulatory compliance in the United States Navy and as a civilian consultant. He has completed environmental projects throughout the eastern half of the United States. Mr. Hignite has over 15 years of planning and policy experience for various airports, various State Departments of Transportation, the Department of Defense, the Federal Communications Commission, the U.S. Department of Housing and Urban Development, and the U. S. Postal Service. Harry Belton, RLA Landscape architecture Harry Belton has 36 years of landscape architecture experience in the south Florida area. During this time, he has been responsible for providing a wide range of landscape architecture services on a variety of projects. Mr. Belton's experience includes aviation projects; commercial development of retail space, offices, and hotels; urban renewal projects; government facilities design; transit projects; streetscape designs; highway landscape; and the layout and design of parks and recreational facilities, coastal and waterside parks, landfill conversions, and greenway and trail systems. Kevin Scott, PE Geotechnical Kevin Scott has more than 17 years of experience in geotechnical AL investigation and evaluation for roadway and bridge design, industrial, landfill, borrow sites, commercial, high-rise, and residential projects. His experience includes shallow and deep foundation analyses, retaining wall design, settlement analyses, and pavement evaluation. In addition to his geotechnical experience, Mr. Scott has also provided project management and project consulting services for construction materials testing and inspection projects, including high-rise, industrial, roadway, commercial, and residential projects. He has extensive airport project experience. Elizabeth Gaines, PSM Surveying/SUE Elizabeth Gaines has more than 30 years of experience in boundary, hydrographic, topographic, and construction surveys, with the last 22 years being in direct management of business, personnel, and projects. In 2001, she established E.F. Gaines and serves as its president. Ms. Gaines' professional experience includes managing a variety of surveying projects throughout southwest Florida. She has performed boundary, topographic, route, mean high water, and erosion control line surveys; prepared subdivision plats and condominium exhibits; coordinated construction layouts; and performed GIS support services. The types of projects Ms. Gaines has provided these services for include roadway and utility design projects; projects involving designs for schools, parks, municipal buildings, and airports; residential and golf course communities; and stormwater management maps and property appraisal maps (GIS projects). Her experience includes providing topographic surveys for Runway 14-32 drainage improvements and Taxiway D extension projects as part of a Naples Municipal Airport continuing contract. Brian Dougan Security/IT access control Brian Dougan has more than 34 years of experience in the planning and design of electrical and IT systems for transportation, industrial, commercial, government, healthcare, and education facilities. He specializes in power, lighting, voice, data, and low -voltage systems, including access control, video surveillance, fire alarm, public address, lighting control, dimming systems, and fiber and copper communication systems infrastructure. Mr. Dougan has technical knowledge in power distribution, emergency power systems, interior lighting, and exterior lighting. He develops detailed construction phasing plans for new construction and renovation projects, facilitating the replacement of existing equipment in occupied facilities while minimizing required outages. Team collaboration We are a team of professionals committed to working side - by -side with CCAA to successfully deliver your project. As demonstrated in Evaluation Criteria No. 2: Past Performance, Atkins team members have worked together on the successful delivery of numerous similar projects. Nearly all proposed Atkins staff members have experience supporting our CCAA on -call services contract or MKY new terminal, apron expansion, and taxiway improvements project. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 14 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a As demonstrated in Table 1 on the following pages, the Atkins team has similar experience required to successfully deliver this contract. We will provide CCAA with the aviation expertise to achieve your project goals. Our team will be responsive to and work efficiently with CCAA staff. We fully understand airport project challenges, and we know how to balance staff, deadlines, and workload. Our team will apply an established coordination and communication process that includes maintaining an organized record of all inspections, plans reviews, changes, and all other required project documents in one central filing system. We will remain in constant communication with CCAA using emails, phone calls, video calls (if desired), and other appropriate electronic devices. Additionally, E.F. Gaines has provided surveying services to Atkins for a variety of projects since 2011, including FMY Airport Road and Danley Drive realignment design — topographic and route surveys and FMY Perimeter Road design — topographic survey. Atkins, Tierra, and Faith Group have worked together on the RSW terminal expansion and RSW remote loading dock projects. FDOT Atkins serves as general engineering consultant to a number of FDOT districts, including Districts One, Two, and Seven. Our assignments include project designs, as well as review work by other consultants for standards. Tom Barry Jr., PE, an Atkins senior operations director, is a former FDOT secretary. Mr. Barry's knowledge of FDOT funding, system planning, and intermodal integration is unmatched. Atkins, prequalified with FDOT, is an expert in FDOT regulations and requirements. In addition, we have coordinated with Wendy Sands, FDOT aviation/intermodal agency liaison, and Kristi Smith, PLS, FCCM, FDOT District One senior aviation/intermodal program manager, for projects throughout the district, including for Collier County. FAA regulations, policies, and procedures Atkins maintains professional relationships with appropriate FAA personnel and offices to stay abreast of existing guidance documents, regulations, and new policies that may affect airport funding and project issues. Atkins has coordinated with Krystal Ritchey, PE, program manager, and Pedro Blanco, planner, of FAA's Orlando Airports District Office for projects throughout the district, including Collier County. Through our long history as an aviation service provider, we are well versed and experienced with FAA Advisory Circulars (AC), orders, and executive briefs. In addition to understanding the process, Atkins staff members maintain contact with FAA representatives to stay informed of any changes to policies and procedures. Another benefit to the Atkins team is our strong relationship with FAA at national and regional levels. These relationships can be leveraged to aid in obtaining information quickly and ensuring decisions are made timely to help keep projects on schedule. Furthermore, Atkins staff members attend conferences sponsored by FAA each year that provide insight and new information on policy changes and issues within FAA. QA/QC Atkins' QA/QC program will be implemented on this contract. Both elements are critical, and it is our responsibility, and your expectation, that they be successfully delivered —and they will. Our principal -in -charge, Mr. Larson, will communicate directly with the County to ensure the Atkins team is delivering as promised and that you are completely satisfied with our services and products. Mr. Roda will serve as our quality manager and be responsible to the County for overall QA/QC. He will ensure extensive, detailed, and documented QA/QC reviews occur and that each one takes into consideration project design, operational elements, budget, and constructability requirements. This approach also applies to our subconsultants. Regular quality audits will be performed to ensure standards are being met. Responsive service Our principal -in - charge, Mr. Larson, will communicate directly with CCAA to ensure the Atkins team is delivering as promised and that you are completely satisfied with our services and products. 4 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C = J� 15 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Our project manager, Mr. McCauley, will be responsible for clearly communicating the quality expectations of our services and deliverables so that each project team member understands what is —and is not —acceptable. QA/QC is a continuous process for our team —beginning at project inception, continuing through the preparation of construction plans and specifications, and concluding only when construction is complete and facilities are operational. Ultimately, the goal of the process is to produce products that result in well -constructed and satisfactory projects, while mitigating the potential for change orders and cost overruns during construction. Atkins team members have considerable design and relevant field construction experience, are fully knowledgeable of aviation plans and specifications, and have worked with contractors to achieve project success. This experience will provide them with the ability to identify and mitigate change order -susceptible design elements and provide the County the greatest value. Details on Atkins' QA/QC process are included in Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements. Health and safety Atkins recognizes safety, health, and environment (SHE) performance excellence is a regulatory and social responsibility. Our SHE program focuses on successful and safe project delivery, while encouraging innovation, promoting cost effectiveness, and capturing best practices to be integrated into future projects. Atkins is committed to being an industry leader by practicing and promoting "safety first" on all projects. We have developed and implemented specific safety policies and procedures that provide the framework for a safety management system compliant with global standard OHSAS 180001. Our project manager, Mr. McCauley, will reinforce these policies and procedures during this contract. Considering the current COVID-19 pandemic, Atkins is as equally concerned as you about the lasting effects of transportation and infrastructure projects. We understand the importance of the continuation of growth for the successful future of your airport system. Changes to consider include building new health and safety guidelines into design, the effects on supply chains, and keeping workers safe. The health and safety risks of COVID-19 vary from task to task. Where work continues, health and safety risk assessments need to be conducted and guidelines need to be consistent and provide a safe working environment. The County needs an experienced design team who can successfully take various airport tasks under this contract from pre -design to construction closeout. The Atkins team offers this experience and will work diligently with you to maximize your airport's potential while achieving schedule, budget, and quality benchmarks. Our project manager, Mr. McCauley, will reinforce these policies and procedures during this contract. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 16 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a Table 1.'Ihe Atkins team's similar exverience with the scone of services Atkins team Atkins mi Darin Larson, PE, LEED AP Kevin McCauley, PE Thomas Roda, PE Jonathan Hand Gavin Fahnestock Javier Suarez Paz, PE Bily Gomez, PE Jason Clemen, PE Manny Bejarano, Ph.D., PE Joseph Duarte Fleet Wulf, PE, PMP, LEED AP BD+C C c O m � U c E C cp Q U � O O W C (n � 0E O N C O 0)N a) @ � (� U N E Q U -O a).� ca.,� N C >1 U 0) U a co w O � U c cn m (n 0) C -O Q U Z) > 0 U Z3 ca aN) C o M M E O °Uc 2 O E co � E E >LQ co O O E cu _Q E > coOm +O �Qn c a� M a) O O N N U U E NU U Q Q= MN0-> O 2- > > � i =OE 7 C7 JQm LL Li- in Cn a D H W U Q W W J _ Q t Q � d Q Z • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • •1.1.1• •1.1.1.1• Local Experience 0 Cost -Effective Solutions •I• • O • C O E a E + > C6 U to O 0) E a � U i (9 p 0- U C7 m 0 c Responsive Service17 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a Table 1. The Atkins team's similar experience with the scope of services co C O C C C U C C E co a 0) N - co O O L U C O (n C + C co C O a� o U 0) + C E E 3 > Q O a, � �' C E co o' (D m 2- -O U j " _o' •>, U N C 'a-� cn p >' (0 (n cn co C U E C >, + U co C C -O Q U N C co C 0 Z3 co a`T� C Y c6 O) Q O m p) O U a � E ° o C (6 O E C 0 E `�° > o E .F `� E o c C — C c>o 6 O O _ Q O O Q > cu N E (D U c>0 N 4 co UO ECU � — U O co O U � C E c- � O U _ `° .� `n Q C ° E o — -0 U - -0 E Q E n 0) a� E = U E a a� Cl) O c 0 U Q Q O c " O O N > GO) + O O O > E > N Q >a co Cto U Cto cn C D _j LLo oci a Q 0- CD w a a Q "a Cn a z co o 0 co C) a- )c c cD m C) Jerome Howell, PE • • • • • • • • • • • • • • • • • • • • • Jose Castellanos, RA, RID • • • • • • • • • • • • • • John lter, PE, LEED AP • • • • • • • • • • • • • • • • • • BD+C David Heideman, PE • • • • • • • • • • • • • • • • Tom Farmer, PE, LEED AP • • • • • • • • • • • • • • • • BD+C Praveen Ommi, CEP, VMA, • • • • • • • • • • • • • • • LEED AP Michael Ryan, PE, PMP • • • • • • • • • • • • • • • • • • • • • Brian Kelley • • • • • • • • • • • • • • • • • • • • • Tomasz Trebacz • • • • • • • • • • • • • • • • • • • Scott Wesson, PE • • • • • • • • • • • • • • • Jason Hignite • • • • • • • • • • • • • • • • Harry Belton, RLA • • • • • • • • • • • • • • Local Experience C `}, 7Gost-Effective Solutions � Responsive Serviced J� 18 /�i ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Table 1.'Ihe Atkins team's similar exverience with the scone of services U) c O m U C � (p E � Q U O Q C v N C .0 U c R d - C Q cc E ° c: O N E ` D @ C N 4J i' Q O -O E p) C OU U U L > C C -C `° Q `6 0 _ m b) E `a a N C7 J L_ m U (n 7 d N H a C Tierra (MBE) Kevin Scott, PE a • • • • • • • • • • E.F. Gaines (DBE) Elizabeth Gaines, PSM • • • • • • • Faith Group (DBE) Brian Dougan • • • • • • • • c c m Q U1 C O E � o c O � >LE co T C UNC U +-' c i N o, E LE O c 3 E .O _ i E > (a '� LEQU Q � (n Coo E E - a) U OC U O OC 0- Q (6 U `� UOC i n O 0'oU ' '' + EL a +ma� U O C m Q� N > tU _0 O E (0 UO (Cin O LL 0- J 0— � am - Z n C) U 1 0 U 1 0- U C7 CO U • • • • • • • • • • • • • • • • • • • • Local Experience C `}, 7Gost-Effective Solutions � Responsive Serviced J� 19 /�i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 M 0 a Firm Atkins Education > B.S., Civil Engineering, Florida State University Registrations/licenses > Professional Engineer Florida 67477, 2008 California 80789, 2012 Professional affiliations > American Society of Civil Engineers Professional development > Roadside Design, American Society of Civil Engineers > Portland Cement Concrete Tester Course, Illinois Department of Transportation > Documentation Certification, Illinois Department of Transportation > Effective Roadway Lighting, University of Wisconsin > Urban Street Design, University of Wisconsin Kevin McCauley, PE Project Manager Kevin McCauley has 19 years of aviation/transportation design engineering experience involving design packages and plans preparation of paving, lighting, and signing; navigational aids; and various design aspects such as phasing, staging, geometry, profiles, alignments, drainage, grading, facility details, and electrical layouts. He is currently responsible for design or project management of aviation projects, performing construction administration, and preparing construction plans, engineer's reports, and specifications for various aviation projects. Mr. McCauley's experience includes: Collier County Airport Authority (CCAA), On -Call Services, Collier County, FL. Project manager providing general consulting services for Marco Island Executive Airport (MKY), Immokalee Regional Airport (IMM), and Everglades Airpark (XO1). The airports provide air service to southwest Florida. These airports feature a large general aviation community and airport -related industries. Atkins provided CCAA with a variety of services, including engineering, planning, facility repairs design, and construction administration services. These tasks ranged from small administrative support items to design and construction programs. Duties include scope and fees, client coordination, staff and subconsultant coordination, and overseeing design and construction activities. MKY, New General Aviation Terminal and Associated Landside Improvements, Naples, FL. Project manager and landside engineer -of -record for this $9 million project to construct a new 16,000-square-foot terminal with associated landside improvements. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. MKY, Existing Terminal Obstruction Removal and Apron Expansion, Naples, FL. Project manager and airside engineer -of -record for this $4 million project to demolish the existing terminal building which will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway A. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by Federal Aviation Administration (FAA) grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements including the relocation of Taxiway Bravo and associated airfield lighting, demolition of the existing Taxiway Bravo and apron, airfield drainage improvements, and the permitting of various project elements. Immokalee Regional (IMM), Construction, Engineering, and Inspection (CEI) Services for Runway 18-36 and Taxiway C, Immokalee, FL. Project manager for this $10 million project to rehabilitate Runway 18-36 to provide a usable surface for future airport operations. The project also includes a 2,700-foot extension of existing Taxiway C. Duties include scope and fees, project management, client coordination, staff and subconsultant coordination, and construction activities oversight. Local Experience { C� Cost -Effective Solutions Responsive Service 20 Kevin McCauley, PE Page 2 a Lee County Port Authority (LCPA), General Architectural and Engineering Services, Lee County, FL. Project manager providing general architectural and engineering services for the Port Authority at Southwest Florida International Airport and Page Field. LCPA assigned tasks involving a variety of disciplines for architecture, landside engineering, airside engineering, Planning, and facility development efforts. Duties include scope and fees, client coordination, staff and subconsultant coordination, and design and construction activities oversight. Naples Airport, Aircraft Rescue and Firefighting Facility (ARFF) Building Replacement Construction Services, Naples, FL. Project manager for the construction phase services for this $5 million project that included a 1-story masonry ARFF building (9,065-square-feet) with an apparatus bay for three ARFF trucks. Site construction included new wastewater gravity sewer piping to an existing lift station. The existing stormwater conveyance system was rerouted to bypass the proposed development, and the newly generated proposed stormwater runoff is discharged into the existing system via sheet flow. Paved areas on either side of the building consisted of Portland cement concrete (PCC) pavement for apron areas designed to support heavy loading ARFF trucks. Airside driveways and landside parking areas consist of flexible asphaltic concrete pavement. Sebring Regional Airport (SEF), General Engineering Consulting (GEC) Services, Sebring, FL. Project manager providing comprehensive aviation planning, engineering, and construction services. The scope of services under this airport GEC contract have consisted of general consulting, funding procurement and grant administration, planning and programming, engineering and architectural design, master planning, environmental analysis and permitting, preparation of disadvantaged business enterprise, land surveying, construction management and inspection, and program management for SEF's planning and development projects. Duties include scope and fees, client coordination, staff and subconsultant coordination, and design and construction activities oversight. SEF, Terminal Apron Rehabilitation, Sebring, FL. Project manager for the design and construction phase services for this $13 million project to develop of alternate pavement design solutions to rehabilitate the existing apron and bring it up to current FAA geometric standards. Once the preferred full -depth replacement using PCC pavement section was selected by the FAA. Atkins completed full design, bidding, and construction phase services for the project including coordination with the Florida Department of Transportation (FDOT) and FAA. Five add alternate options were included in the final bid documents. The project includes demolition of existing pavement, new full -depth concrete apron and asphalt taxiway pavement, markings, drainage improvements, and airfield electrical improvements. Duties include project management, scope and fees, client and FAA/FDOT coordination, staff and subconsultant coordination, and design and construction activities oversight. FPR, GEC Services, Fort Pierce, FL. Project manager for this providing services including consulting, planning and programming, engineering and architectural design, resident engineering, master and environmental permitting, noise studies, land surveying, construction management and inspection, and program management for the airport's Planning and development projects. Duties include scope and fees, client coordination, staff, and subconsultant coordination, and design and construction activities oversight. FPR, Crossfield Taxiway Connector Construction Services, Fort Pierce, FL. Project manager for this $3 million project including the design, bidding, and construction phase services for a new 1,200-foot taxiway to provide access to taxiing aircraft between the isolated touch- and-go Runway 1OL/28R at the north side of the airport to the rest of the airfield. The proposed taxiway will connect the existing Taxiway F to the approach end of Runway 10R, and across to Taxiway A. Design efforts involve developing a taxiway alignment that avoids potential wetland impacts, pavement design, drainage design, structural design for canal crossing, electrical design, and permitting. The scope of work also included data collection and environmental analysis. Served as project manager for the construction phase of the project. Duties include client coordination and overseeing construction activities including submittals, requests for information, and other construction -elated tasks. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 21 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Firm Atkins Education > B.S., Civil Engineering, Iowa State University Registrations/licenses > Professional Engineer Florida 56598, 2001 California 84501, 2015 Iowa 14963, 1999 Minnesota 26827, 1999 m > Private Pilot License, N 0 Instrument Rating Certifications > Leadership in Energy and Environmental Design Accredited Professional (LEED AP) Darin Larson, PE, LEED AP Principal -in -Charge Darin Larson is an experienced airfield engineer and manager of airport development programs. He has 26 years of experience in the planning, design, and construction of large airport development projects. He has served as project manager for a wide variety of airfield paving, lighting, and navigational aid (NAVAID) projects, as well as airport terminal and support facility projects. In addition, Mr. Larson has more than 25 years of experience as a licensed private pilot and holds an instrument rating that gives him added perspective in dealing with airfield operational issues. Mr. Larson's experience includes: Collier County Airport Authority (CCAA), On -Call Services, Collier County, FL. Principal -in -charge. The airports provide air service to southwest Florida. These airports feature a large general aviation community and airport -related industries. Atkins provided CCAA with a variety of services, including engineering, planning, facility repairs design, and construction administration services. These tasks ranged from small administrative support items to design and construction programs. Duties include scope and fees, client coordination, staff and subconsultant coordination, and design and construction activities oversight. Southwest Florida International Airport (RSW) and Page Field (FMY ), General Architectural and Engineering Services, Fort Myers, FL. Project manager responsible for providing general architectural and engineering services under a continuing contract in conjunction with the operation, maintenance, and development of RSW and FMY. In this role, Atkins serves as an extension of staff for a variety of small, medium, and large architectural, engineering, and miscellaneous projects/tasks. Professional affiliations Miami International Airport (MIA), Runway 12-30 Pavement Rehabilitation, > Airports Council International, Miami, FL. Principal-in-charge/quality control reviewer for this $40 million project, North America which involves the rehabilitation of Runway 12-30 and Taxiways P, Q, and R, > Florida Airports Council including upgrading all associated utilities; marking; and centerline, edge, and holdbar lighting. The rehabilitation consists of milling 1 inch of existing deteriorated asphalt > American Society of Civil pavement and overlaying the same with 3 inches of new asphalt, overlaying existing Engineers shoulders with isolated areas for full -depth repair as needed, replacing in -pavement > American Association of centerline fixtures and elevated -edge lighting fixtures, and restoring existing pavement Airport Executives marking and grooving. Construction phasing and maintenance of traffic are critical components of this project and will require special operating procedures and pavement > Airport Consultants Council closures that will need to be closely coordinated with air traffic control, airport operations, and the airlines. Fort Lauderdale -Hollywood International Airport (FLL), Expansion of Runway lOR 28L, Fort Lauderdale, FL. Project manager. Atkins was the lead designer. The $800 million expansion of FLL's Runway 1OR 28L involved the construction of a new 150-foot by 8,000-foot runway to replace the existing 5,300-foot runway. The project involved a number of taxiway improvements, including a full parallel taxiway system, a crossfield and connector taxiway system, and demolition of two existing runways. Local Experience { y� Cost -Effective Solutions Responsive Service J� 22 Darin Larson, PE, LEED AP Page 2 a In addition to a full complement of associated airfield lighting and NAVAIDs, the project includes installation of an engineered material arresting system on each runway end. The new runway and parallel taxiway extends over the existing perimeter road; Florida East Coast Railway; and US 1, a multilane federal highway. As a result, the east end of the runway and parallel taxiway was constructed on an elevated bridge and tunnel structure, which is being delivered as a separate design -build construction contract. Pensacola International Airport (PNS), New Maintenance, Repair, and Overhaul (MRO) Hangar, Pensacola, FL. Project director responsible for general oversight of project, as well as quality assurance/quality control (QA/QC) for the design and construction administration of this new $46 million MRO hangar facility. The project includes design of an approximately 174,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, parking lot, access roadway, and utilities. The facility provides service to B777, B757, and A320 aircraft. Reno Tahoe International and Reno -Stead Airports, Program Management/Construction Management Services, Reno, NV. Principal -in -charge. Atkins has provided program management/construction management services consisting of program administration, technical support, contract administration, and construction management for the airport capital improvements program at the Reno -Tahoe International and Reno -Stead Airports, completing more than $69 million in construction from 2010 through 2015. Construction services include full- time inspection, QA materials testing, survey controls, installed quantity verifications, progress payment review and certification, change order processing, and price negotiation. Projects run the full gamut of airport construction, from vertical building construction and modification to landside and airside horizontal construction. Philadelphia International Airport, On -Call Civil Engineering Services, Taxiways H and EE North Rehabilitation, Philadelphia, PA. QA/QC manager. Provided quality review for the design and relocation of Taxiway H to eliminate the diagonal crossing of Runway 17-35 by Taxiway H and replace it with a perpendicular crossing. Design included a new Taxiway EE North to the west and parallel to existing Taxiway E to improve the safety of the Runway 17-35 crossing and establish Taxiway EE for the future extension of Runway 9R 27L. The scope included geotechnical and photogrammetric survey, environmental permitting documents, and preliminary engineering, final design, bid phase, and construction administration services. Design elements included pavement design and detailing, geometric, surface grading, stormwater drainage, pavement marking, airfield electrical, construction phasing and safety Plans in accordance with Federal Aviation Administration (FAA) requirements, quantity takeoffs and estimates of probable construction costs, quality control, and scheduling. Los Angeles International Airport (LAX), Terminal 1.5, Los Angeles, CA. QA/QC manager. Atkins, as a subconsultant to PGAL, is the designer of airside and landside improvements to support the $493 million, 178,000-square-foot Terminal 1.5 (T1.5) project at LAX. T1.5 expands Terminal 1 (Tl) westward toward Terminal 2 (T2) and will provide landside passenger processing facilities to support airlines conducting flight operations at remote gates and the new Midfield Satellite Concourse, in addition to the ongoing occupancy by Southwest Airlines. T1.5 will also be an eventual connection between pre -security landside facilities at T1 and T2 on the arrival and departure levels. The project will also prepare for a post -security, airside passenger connection at the concourse level, that will connect to both the Tl and T2 Concourse levels. San Diego International Airport (SAN), On -Call Airside/Landside Engineering Consulting Services, San Diego, CA. Overall contract/project manager an on -call airside and landside engineering consulting services for SAN. Task orders issued under this contract consist of Runway 9-27 and Cross Taxiways Rehabilitation; Taxiway B Object - Free Area; Demolition of the World Trade Center (WTC) Building; T2W Restroom Remodel; GIS Development Services; and Palm Street Observation Area. Miami Executive Airport, Runway Rehabilitation Program, Kendall, FL. Project manager for the design, bidding, and construction phase services. The proposed rehabilitation included milling 1 inch and applying a 2-inch overlay to all three runways (9R 27L, 13-31, and 9L-27R) at the airport. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 23 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M 0 0 a Firm Atkins Education > B.C.E., Civil Engineering, Georgia Institute of Technology Registrations/licenses > Professional Engineer Florida 60235, 2003 Professional affiliations > Airports Council International, North America > Florida Airports Council > American Association of Airport Executives > Airport Consultants Council Thomas Roda, PE Quality Assurance/Quality Control Thomas Roda has 22 years of experience working on aviation -related planning, engineering, and construction programs. During this time, he has had direct involvement in nearly $10 billion worth of capital improvement projects at 35 different airports throughout the United States, Caribbean, and Middle East. Mr. Roda's expertise includes the design of major roadways and associated drainage for new airports; the design of new runways and taxiways; construction administration for airport pavement reconstruction, apron rehabilitation, remote communications facilities, and aircraft rescue and firefighting facility projects; and the design of master grading and drainage for new airport terminals. Mr. Roda's experience includes: Collier County Airport Authority (CCAA), On -Call Services, Collier County, FL. Quality control (QC). The airports provide air service to southwest Florida. 'These airports feature a large general aviation community and airport -related industries. Atkins provided CCAA with a variety of services, including engineering, planning, facility repairs design, and construction administration services. These tasks ranged from small administrative support items to design and construction programs. Duties include scope and fees, client coordination, staff and subconsultant coordination, and design and construction activities oversight. Lakeland Linder International Airport (LAL), New Intermodal Center, Lakeland, FL. Project manager for the planning and design of this $12 million mixed -use apron for future cargo and maintenance, repair, and overhaul operations. The project was conceived in an airport intermodal feasibility study, produced by Atkins, as a way to attract airport -related industry, resulting in additional revenue and technical jobs for the community. During the design phase, the project layout was modified multiple times to account for feedback from various tenants and available funding. The final layout included approximately 19,500-square-yards of new concrete paving and 37,000-square-yards of new asphalt paving. Atkins was responsible for the design of all project components and is currently providing construction administration services. St. Pete -Clearwater International Airport, Construction Management for Taxiways Rehabilitation Phase 1, Clearwater, FL. Project manager for the construction management of this $14.5 million project to rehabilitate multiple taxiways at this commercial service airport. The project includes pavement repairs and electrical upgrades. Atkins is responsible for construction observation and inspection. Pensacola International Airport (PNS), Corporate Apron Rehabilitation, Pensacola, FL. Project manager and engineer -of -record for this $2 million project to rehabilitate the existing asphalt pavement on one of the airport's general aviation aprons. The project included a review of various pavement repair methods, which concluded an asphalt mill and overlay was appropriate. Elimination of hot spot Local Experience { y� Cost -Effective Solutions Responsive Service 24 Thomas Roda, PE Page 2 a taxiway connector geometry and expansion of the apron for additional aircraft parking spaces was also included. PNS, New VTMAE Hangar, Pensacola, FL. Project manager and lead civil engineer for the design and construction administration of this new $46 million MRO hangar facility. The project included design of an approximately 175,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The facility can provide service to a mixture of B777, B757, and A320 aircraft. The design scope included all architecture and engineering services required for the facility. The project was constructed by a construction manager -at -risk, and the design phase included regular coordination meetings and value engineering sessions. PNS, Cargo Apron Expansion, Pensacola, FL. Project manager and engineer -of -record for this $6.5 million project to rehabilitate and expand the existing cargo apron. The current cargo apron accommodates a single A320 or B757 aircraft and is in severe disrepair. The project included an alternative analysis to evaluate multiple methods of pavement repair and various aircraft layout that allow two additional parking positions. Fort Lauderdale -Hollywood International Airport, Expansion of Runway 1OR 28L, Fort Lauderdale, FL. QC manager for this estimated $800 million program to construct a new runway at this large hub commercial service airport. The project included demolition of the existing 5,200-foot-long runway and construction of a new 8,000-foot-long runway and associated taxiway system. The runway and parallel taxiway each include a bridge structure that spans a train line and all six lanes of highway US 1. Reconfiguration of the airport midfield complex, including construction of dual parallel taxiways and multiple remote overnight aprons, was also included. The airfield work was bid in two separate bid packages, whereas the bridges and roadway modifications were constructed via a separate design criteria package. Responsible for the development, administration, and coordination of the design consultant QC program, including training, review checks, progress reviews, design workshops, and quality audits for all components of the work. This required coordination and review of all work produced internally and by more than a dozen subconsultant partners. Bob Sikes Airport (CEW), Runway 17-35 Pavement Rehabilitation, Crestview, FL. Project manager and engineer -of -record for this $7 million project to rehabilitate the existing 8,000-foot by 150-foot runway pavement. The project included variable depth asphalt milling, asphalt overlay, pavement reconstruction, crack repair, marking, signage, and airfield lighting improvements. Responsible for airfield design and project management throughout the project. Developed a comprehensive phasing program to construct the improvements in two bid packages consisting of multiple phases due to limited available funding. Tenant coordination was also a key component of the project to keep the airport operational while working on the airport's only runway. Louis Armstrong New Orleans International Airport, Long Term Development Program, New Orleans, LA. Lead airfield engineer for the design of a new estimated $1 billion north terminal complex. The new terminal will initially be constructed with 30 gates and is planned for expansion to 42 gates. The team was responsible for the design of all airfield components, including apron pavement, taxiway pavement, vehicle service roads, passenger boarding bridge layouts, marking, lighting, and signage. Coordination with various utilities and stormwater improvements was a key component. The design phase included regular coordination meetings and value engineering sessions with a construction management -at -risk. Luis Munoz Marin International Airport, Taxiway Sierra Reconstruction, Carolina, PR. Lead airfield engineer responsible for design of this $24 million project to rehabilitate the existing Taxiway Sierra pavement. The project included variable depth asphalt milling, asphalt overlay, pavement reconstruction, crack and slab repair, marking, and airfield lighting and drainage improvements. Responsible for developing an alternative analysis report to evaluate various repair methods and completing the design of the preferred alternative. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 25 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > B.S., Aviation Management (with Flight), Florida Institute of Technology Registrations/licenses > Professional Engineer Florida 70336, 2009 California 63736, 2002 Certifications > FAA -Licensed Commercial Jonathan Hand Airport Planning/Airspace Jonathan Hand has 19 years of aviation planning experience involving aircraft simulation, parking and ramp planning, 3D airspace protection planning and air traffic control shadow studies, airport master plans, forecasting and feasibility studies, land use planning and noise analysis, wind analysis, and airfield design/layout. Mr. Hand is also a Federal Aviation Administration (FAA) -licensed commercial pilot with multi - engine and instrument ratings. Mr. Hand's experience includes: Orlando Sanford International Airport (SFB), General Consulting Services, Southwest Apron Rehabilitation, Bid Package 1, Sanford, FL. Aviation planner. Provided analysis to improve simultaneous aircraft parking capacity of both the international and domestic concourses. Ensured the capability for compliance with the Americans with Disabilities Act (ADA), National Fire Protection Association, and Part 77 regulations. Made refinements to the selected alternatives as part of the airport's passenger boarding bridge replacement project to produce the airport's current aircraft parking apron markings. Pilot Single- and Multi -Engine SFB, Airport Master Plan Update (APMU), Sanford, FL. Project manager. Atkins Aircraft with Instrument Rating was again selected near the end of 2018 to update the airport's master plan, as most of the major elements of the previous plan had already been implemented and signs of > PathPlanner Certification, 2001 aggressive airport growth continue to be evident. Atkins aims to produce a state -of - and 2010 the -art, first -of -its -kind interactive AMPU and airport layout plan as the project's final deliverable. SFB, Gate Needs Study (GNS), Sanford, FL. Project manager. The goal of the analysis was to provide ample evidence supporting the need for more aircraft parking/ docking gates at the airport. The conclusion of the GNS was that the proposed addition of four new gates would keep the airport's `turns per gate per day' at or below five through 2030, but four additional gates would be necessary by 2030 to maintain near the same level of service passengers experienced in 2017. SFB, Welcome Center Renovation, Sanford, FL. Project manager. Atkins performed architectural and engineering services for renovation of the welcome center building, specifically the east side of the first floor. The main design improvements to the space included a sliding glass door, flooring removal, and building new rental car counters to match the west side and meet ADA compliance. SFB, SouthwestApron Rehabilitation, Sanford, FL. Senior aviation planner. Atkins developed and designed a rehabilitation strategy to bring the southwest apron up to current FAA standards, while meeting the demands of Groups IV and V aircraft associated with the maintenance, repair, and overhaul activities being performed on this apron. This effort included aviation planning, pavement design, utility relocation design, access control and security (new gates), stormwater design and permitting, and construction phase services. Local Experience { y� Cost -Effective Solutions Responsive Service 26 Jonathan Hand Page 2 a SFB, Passenger Boarding Bridge (PBB) Replacement, Sanford, FL. Senior aviation planner. Atkins performed the operational analysis to determine the optimal gate layout using 12 new apron -drive -type PBBs. This analysis was used as the basis of design for construction of the new bridges. This project included developing a bid package for the procurement of new PBBs, as well as design, bidding, and construction phase services for replacing the existing bridges. San Diego International Airport (SAN), On -Call Airside/Landside Engineering Consulting Services, San Diego, CA. Planner. This on -call airside and landside, engineering consulting services contract consisted of the following task orders: Taxiway B object -free area, demolition of the World Trade Center Building, remodel of Terminal 2 West restroom, GIS development services, and Palm Street observation area. Louis Armstrong New Orleans International Airport, New North Terminal Development, New Orleans, LA. Planner. Project involves technical design of airside, landside and site utility elements, including coordination of design with various airfield facilities including airfield geometry, pavement designs, aircraft services, aircraft standing parking arrangements, aircraft hydrant fueling, site utilities, airfield drainage and ground lighting systems, special airport systems, and interfaces with passenger terminal building, and overall airfield civil works. Montgomery -Gibbs Executive (MYF) and Brown Field Airports (SDM), Master Plan Studies, San Diego, CA. Planner. The project will provide the framework needed to guide future airport development at MYF and SDM that will satisfy aviation demand in a cost-effective manner, while considering potential environmental and socioeconomic impacts. Los Angeles International Airport (LAX), Terminal 1.5, Los Angeles, CA. Planner. Atkins, as a subconsultant to PGAL, is the designer of airside and landside improvements to support the $493 million, 178,000-square-foot Terminal 1.5 (T1.5) project at LAX. T1.5 expands Terminal 1 (Tl) westward toward Terminal 2 (T2) and will provide landside passenger processing facilities to support airlines conducting flight operations at remote gates and the new Midfield Satellite Concourse (MSC), in addition to the ongoing occupancy by Southwest Airlines. T1.5 will also be an eventual connection between pre -security landside facilities at Tl and T2 on the arrival and departure levels. The project will also prepare for a post -security, airside passenger connection at the concourse level, that will connect to both the Tl and T2 Concourse levels. LAX, WestAircraft Maintenance Area Expansion Program, Los Angeles, CA. Planner. The project included a new aircraft maintenance apron stand with more than 2 million square feet of aircraft structural pavement, as well as rough grading an additional 870,000 square feet for two future dual A380 hangars. The proposed parking apron will accommodate five aircraft design group (ADG) VI aircraft (primarily the A380), one ADG IV, and one ADG III position with basic infrastructure at the parking positions to support aircraft servicing and maintenance including remain overnight kits (power, preconditioned air, water), and aircraft wash racks. As prime consultant, Atkins was responsible for the design of the project (demolition, grading, drainage, geometrics, pavement jointing, markings, construction phasing and sequencing); and the overall project management, design management, and plan production. Philadelphia International Airport (PHL) and Northeast Philadelphia Airport (PNE), On -Call Civil Engineering Services, Runway 911 Approach Light Pier Design Services, Philadelphia, PA. Aviation planner. Atkins was provided on -call civil engineering services for PHL and PNA. Provided planning analysis for the light piers locations and connections by fiberglass walkways, and for the low - impact resistant towers to be replaced and repositioned to allow tilt down onto the walkway for maintenance. PHL, On -Call Civil Engineering Services, Taxiways H and F (EE North) Data Collection, Philadelphia, PA. Aviation planner. Provided designs for the relocation of Taxiway H to eliminate the diagonal crossing of Runway 17-35 by Taxiway H and replace it with a perpendicular crossing. Design elements included pavement design and detailing, geometric, surface grading, stormwater drainage, pavement marking, airfield electrical, construction phasing and safety plans. Tri-Cities Regional Airport, Master Plan Update, Blountville, TN. This project involves an inventory of existing conditions, aviation demand forecasts, demand/ capacity analysis, development of alternatives (with a focus on terminal expansion and air cargo facilities), environmental overview, airport layout plan, and financial plan. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 27 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Firm Atkins Education > B.S., Aviation Management with Flight, Florida Institute of Technology Gavin Fahnestock Federal Aviation Administration (FAA) Grant Assistance Gavin Fahnestock has 14 years of aviation planning, airport improvement, and flight experience involving the creation and administration of airport master plans, airport layout plans, capital improvement programs, grant programs, terminal planning, air cargo analyses, runway studies, environmental assessments, Federal Aviation Administration (FAA) policy analysis and development, grant administration, and airport regulations. Mr. Fahnestock has previous work experience with the FAA with oversight of the Airports Capital Improvement Plan, the discretionary grant program, and development of FAA policy. He is an expert in interpreting FAA legislation and policy and understanding FAA funding programs, including the Airport Improvement Program and passenger facility charge programs. Mr. Fahnestock's experience includes: Naples Airport, Airport Layout Plan (ALP) Update and Airport Property Boundary Search, Naples, FL. Senior airport planner responsible for the development of the ALP and Exhibit A property map. Atkins was responsible N for the ALP update and airport property boundary search as part of a larger 0 effort to update the airport master plan. 'Ihe airport property boundary search was a significant effort due to the complexity of the conservation easements and significant number of utility and county easements throughout the airport property. Also responsible for ensuring that all FAA requirements were met, and that all information was included accurately. Lakeland Linder International Airport (LAL), Runway 9-27 Rehabilitation and Strengthening, Lakeland, FL. Senior airport planner responsible for ensuring FAA design standards were. the project involved rehabilitation and strengthening of the runway to meet the needs of airport operations by a significant cargo operator with heavy aircraft. In addition, the project involved upgrading of the airport's instrument landing system to CAT II SA, and eventually to CAT III. Significant planning was required to ensure all FAA design standards were met and taxiway exits were in optimal locations to improve the efficiency of operations and limit the impact to the airport's annual service volume (ASV). Planning work included modeling of all runway design surfaces (i.e., approach, departure, glidepath qualification service, object free zone, and Part 77 approach and navigational aids (NAVAIDs) critical areas; a thorough analysis of the runway exits was performed using the REDIM tool; and planning for the rerouting of the south parallel taxiway to accommodate the relocation of the GS antenna was required. LAL, Airport Master Plan Update, Lakeland, FL. Senior airport planner responsible for the development of the airport master plan update. 'lhe airport is currently undergoing significant development and operational changes.lhe update of the airport master plan takes into account the significant increase in operations and a significant redesign of the entire airfield. 'lhe forecast indicates that the Local Experience Cost -Effective Solutions Responsive Serviced J� 28 Gavin Fahnestock Page 2 a airport will exceed 80 percent of the ASV within the 20-year planning time frame and major development will be necessary to accommodate the growth. Senior airport planner responsible for overseeing the development of the plan and ensuring the master plan adequately positions the airport to meet the future needs while maintaining the airports ability to host the nation's second largest air show. Tuscaloosa National Airport, Airport Master Plan Update, Tuscaloosa, AL. Senior airport planner responsible for the development of the airport master plan update. The airport is unique in that it experiences significant fluctuations in operations due to its proximity to the University of Alabama as well as its use by nearby manufacturer Mercedes-Benz. The airport master plan update must adequately describe the seasonality of operations and the impact of those operations during peak days and months as opposed to the annual operations counts. Additionally, the City of Tuscaloosa is embarking on a program to improve city infrastructure and focus development in those area's which will have the greatest impact on existing and future residents and university students and visitors. It is the objective of the master plans to synergize the goals of the City's program with the future needs of the airport. Smyrna Airport (MQY), Airport Master Plan Update, Smyrna, TN. Senior airport planner responsible for the development of the airport master plan update. The previous airport master plan was updated in 2003. A thorough review of existing conditions was required in order to adequately identify those area's in need of future development. Additionally, the airport was in the middle of a fast -paced growth in operations which significantly outpaced the terminal area forecast published by the FAA. A significant amount of coordination with the FAA was necessary in order to update the forecast. MQY also expressed a strong consideration for sustainability, and therefore a robust sustainability effort is being incorporated into the master planning process. Smithville Municipal Airport (OA3), Parallel Taxiway Construction, Smithville, TN. Senior airport planner responsible for preliminary programming and project justification. The purpose of the project was to address a safety concern and alleviate complex airport geometry that no longer met the FAA airport design standards. OA3 is a small general aviation airport in central Tennessee. The airport lacks a parallel taxiway forcing users to back -taxi on the runway and the existing stub taxiway from the runway to the apron allows for direct runway access. OA3 submitted a grant request to the Tennessee Department of Transportation and the FAA requesting supplemental discretionary funding to design and construct a full-length parallel taxiway. The airport was successful in receiving a grant for the design of the full-length parallel taxiway and is still awaiting funding for construction. National Airports Capital Improvement Plan, FAA, Washington, D.C. Senior program specialist with the FAA Office of Airports, financial division. Oversaw development of the $3.5 billion annual national Airports Capital Improvement Plan from 2012-2017. Responsibilities included coordination with the nine FAA regional offices, review of funding levels for each Airport Improvement program funding type, eligibility and justification overview, and detailed analysis to ensure all statutory and FAA policy guidelines were met. McGhee Tyson Airport (TYS), Terminal Area Plan, Knoxville, TN. Senior airport planner responsible for terminal sizing. The project involved a detailed analysis of the terminal facilities. The landside facilities at TYS have become strained over the past few years as airlines operating at the airport have continued to increase service to and from the airport. This study was developed to focus on the impacts the forecast of aviation activity would have on the landside facilities and the impact on the level of service offered in all aspects of the terminal. The goal of the study was to determine the time and level of improvements necessary to the terminal area to adequately handle the forecast of activity while maintaining a high level of service. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 29 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M r 0 a Firm Atkins Education > B.S., Civil Engineering, University of Arkansas Registrations/licenses > Professional Engineer Florida 86498, 2019 Javier Suarez, PE Civil Engineering (Airside) Javier Suarez has 7 years of aviation design and construction management experience while working on commercial and aviation projects. Design includes setting up alignments, profiles, surfaces, and cross sections using AutoCAD Civil 3D. Projects include runway, taxiway, and apron pavements improvements. During construction projects duties include reviewing construction material submittals, quantity takeoffs, and internal communications with contractor. Mr. Suarez Paz's experience includes: Marco Island Executive Airport (MKY), New General Aviation Terminal and Associated Landside Improvements, Naples, FL. Civil engineer responsible for construction administration services. Includes review of requests for information (RFIs) and technical submittals, design revisions, evaluating quantity surveys, and pay applications. This $9 million project includes construction a new 16,000-square- foot terminal with associated landside improvements. The landside elements include -circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. MKY, Existing Terminal Obstruction Removal and Apron Expansion, Naples, FL. Civil engineer responsible for construction administration services which includes the review of RFIs and technical submittals, design revisions, evaluating quantity surveys, and pay applications. 'this 84 million project includes demolition of the existing terminal building which will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway Alpha. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by Federal Aviation Administration (FAA) grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements including the relocation of Taxiway Bravo and associated airfield lighting, demolition of the existing Taxiway Bravo and apron, airfield drainage improvements, and the permitting of various project elements. Lakeland Linder International Airport (LAL), Rehabilitation and Strengthening of Runway 9-27, Lakeland, FL. Civil engineer responsible for designing the runway and adjacent taxiway proposed profiles and grading. In addition, was responsible during the construction phase to review as -built drawings and set up design changes. 'The existing 8,499-foot-long runway pavement will be strengthened and rehabilitated to meet the new forecasted demand. In addition, with the size increase of aircraft, all the northern connector taxiways were rehabilitated, demolished, and/or reconstructed to accommodate Group IV (Taxiway Design Group V) aircraft. the lease with the cargo tenant required an upgrade of the ILS to a special authorization CAT III by June 2021. Infrastructure for the CAT III ILS within the runway pavement such as conduits and in pavement center line lights were included as part of this project. The project had an accelerated Local Experience 0 c� Cost -Effective Solutions Responsive Service J� 30 �= e Javier Suarez Paz, PE Page 2 a design and construction project schedule requiring that several strategies be implemented to ensure a quality product. Miami Opa Locka Executive Airport (OPF), Engine Runup Pad, Opa Locka, FL. Civil engineer responsible for designing a new 110,000 square -foot Runup Pad, and a new 6,000-square-foot of pavement foundation pad for a new 300-linear-foot jet blast deflector fence. This project includes grading and drainage improvements, setting up two proposed dry retention areas and a pipe connecting each area, as well electrical improvements such as layout and circuiting plans for taxiway edge lights, airfield lighting cables, signs, and underground distribution system. the project limits are surrounded by four active taxiways; therefore, proper phasing was designed to avoid having much taxiway closures. Philadelphia International Airport (PHL), Rehabilitation of Taxiway K, Philadelphia, PA. Civil engineer responsible for setting up proposed pavement marking plans using FAA standards for a parallel taxiway project. Verified various existing markings to make sure which markings needed to be removed and repainted. Compared taxiway design groups to assure location of proposed markings were designed correctly. Developed a proposed pavement marking phasing plan since the taxiway reconstruction was split into a couple of phases. the project involved demolition and reconstruction of an existing parallel taxiway for one of the airport's primary runway. In addition to pavement reconstruction, underdrain structures were designed to improve pavement grading and drainage. Sebring Regional Airport (SEF), Terminal Apron Rehabilitation, Sebring, FL. Civil engineer responsible for designing a pavement reconstruction of a terminal apron. Existing buildings and hangars adjacent to apron required specific pavement grading. In addition, a taxiway was designed to connect the apron to a parallel taxiway as result the design for this connector taxiway was very restricted. The project involved a reconstruction of a terminal apron at a general aviation airport. Grading adjacent to pavements was restricted based on proposed grading swales; therefore, various grading options had to be designed to find the perfect balance to match FAA standards as closely as possible. SEF, Terminal Apron Rehabilitation, Sebring, FL. Civil engineer responsible for designing a pavement reconstruction of a terminal apron. Existing buildings and hangars adjacent to apron required specific pavement grading. In addition, a taxiway was designed to connect the apron to a parallel taxiway; as result, the design for this connector taxiway was very restricted. 'The project involved a reconstruction of a terminal apron at a general aviation airport. Grading adjacent to pavements was restricted based on proposed grading swales; therefore, various grading options were designed to find the perfect balance to match FAA standards as closely as possible. Miami International Airport, Central Base Apron Reconstruction, Miami -Dade County, FL. Civil engineer responsible for designing a pavement reconstruction of a maintenance apron in a busy commercial airport. Set the pavement gradings to improve the apron grading in a restricted area. Coordinated with engineering subconsultants designing drainage and structural improvements to make sure the proposed pavement was correctly draining into proposed trenchdrains and there was enough clearance underneath the proposed pavement for the proposed drainage pipes and boxculverts. With the help of a senior engineer, set the construction safety and phasing plans to provide the most effective construction sequence and duration of each phase. Each construction phase had to provide a minimum number of aircraft parking spaces based on the airport's requirements. As a result, using specific aircraft fleet mix, each phase was checked to provide enough clearance for aircraft to taxi through the apron. Each phase was coordinated with electrical and drainage improvements to reduce the duration of each construction phase. Calculated the earthwork quantities by setting up design surfaces considering pavement removal and proposed pavement. Local Experience �Cost-Effective Solutions Responsive Service J� 31 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP M r 0 a Firm Atkins Education > B.S., Civil Engineering, University of South Florida Registrations/licenses > Professional Engineer Florida 87308, 2019 Professional development > Florida Department of Transportation Airfield Pavement Inspection, 2016 Bily Gomez, PE Civil Engineering (Airside) Bily Gomez has 8 years of experience with a broad background in aviation design for general aviation and commercial airports. His experience includes design for runways, taxiways, and aprons, airside and landside site development, and design of airfield lighting systems. He also performs quality checks, prepares construction plans, specifications and engineer's reports, and performs construction administration. Mr. Gomez experience includes: Marco Island Executive Airport, New Terminal Facility and Associated Improvements, Naples, FL. Responsible for design and preparation of construction documents. 'lhe project involves the design of an apron extension, new taxiway, and new terminal and parking lot. The project includes asphalt pavement design, geometry, grading and drainage, airfield marking and signage, and roadway marking and signage. Lakeland Linder Regional International Airport (LAL), Rehabilitation and Strengthening of Runway 9-27, Lakeland, FL. Responsible for preparation of construction plans for the reconstruction of the airport's main runway, Runway 9-27. Project included complete pavement removal, geometry realignment of a taxiway connectors, installation of runway and taxiway LED lights, grading and drainage improvements, new runway/taxiway markings, and new signage.'Ihe project included electrical work for the upgrade of Runway 9 approach to CAT II. Naples Airport,Aircraft Rescue and Firefighting Facility (ARFF) Replacement, Naples, FL. Responsible for preparation of civil portion of the construction plans. The project involved the construction of a 1-story masonry ARFF building (9,065-square-feet) with an apparatus bay for three fire ARFF trucks. the facility is deemed essential for the Emergency Operations Center (EOC) during Category III storms and greater, and thus it is backed up on an emergency generator system operating on diesel fuel with skid base tank. Site construction included new wastewater gravity sewer piping to an existing lift station. 'Ihe existing stormwater conveyance system was rerouted to bypass the proposed development, and the newly generated proposed stormwater runoff is discharged into the existing system via sheet flow. Paved areas on either side of the building consisted of Portland cement concrete pavement for apron areas designed to support heavy loading ARFF trucks. Airside driveways and landside parking areas consist of flexible asphaltic concrete pavement. LAL, Site Preparation and Utility Installation for Intermodal Center, Lakeland, FL. Responsible for design and preparation of construction documents. The project involves the design of an apron, site development for future commercial hangars, and access road. The project includes asphalt and concrete pavement design, geometry, grading and drainage, airfield marking, and roadway marking and signage. Local Experience { y� Cost -Effective Solutions Responsive Serviceii J� 32 Bily Gomez, PE Page 2 a LAL, Runway 9 Special Authorization Category II Approach (SA CAT II), Lakeland, FL. Responsible for the civil design and preparation of construction documents. The airport needed to upgrade the ILS to a special authorization (SA) CAT II by June 2020 and CAT III by June 2021. These upgrades included the replacement of the localizer and glide slope antenna, the installation of runway visual range, and other infrastructure to accommodate SA CAT II and future CAT II installation. The project also included grading and drainage improvements. Philadelphia International Airport (PHL), Realignment of Taxiway P (Between Taxiway U and Taxiway N), Philadelphia, PA. Project engineer. Responsible for design and preparation of construction documents. This project is the realignment of Taxiway P between Taxiway U and Taxiway N at PHL to meet centerline separation criteria for a Group V, Cat II/III ILS runway. The existing taxiway within the project limits is located 400- feet south of Runway 9L-27R which violates minimum runway separation requirements of 500 feet for this group and category of runway. This hinders concurrent Group V operations during low -visibility conditions. The realignment will allow the taxiway to meet the current Federal Aviation Administration (FAA) requirements to reduce impacts to airport operations. Project elements include complete pavement removal, new fillet design geometry, installation of taxiway LED lights, grading and drainage improvements, new runway/taxiway markings, and new signage. PHL, Rehabilitation of Taxiway K, Philadelphia, PA. Project engineer. Responsible for design and preparation of construction documents. The project involves the reconstruction of Taxiway K. Project elements include complete pavement removal, new fillet design geometry, installation of taxiway LED lights, grading and drainage improvements, new runway/taxiway markings, and new signage. Northeast Philadelphia Airport (PNE), Runway 6-24 Rehabilitation, Philadelphia, PA. Project engineer. Responsible for design and preparation of construction documents. The project involves the reconstruction of Runway 6-24. Project elements include complete pavement removal, new fillet design geometry and realignment of taxiway connectors, installation of runway and taxiway LED lights, grading and drainage improvements, new runway/taxiway markings, and new signage. The project also includes the new location of precision approach path indicator. Dallas -Fort Worth International Airport, Airfield Pavement Management, Dallas -Fort Worth, TX. Responsible for data entry into pavement distress database and plan production. The project included data collection and entry into MicroPAVER, data interpretation, and establishment of pavement management program for the owner. Gainesville Regional Airport (GNV), Runway 7-25 Rehabilitation, Gainesville, FL. Responsible for preparation and design of construction plans, quantity take -off, shop drawing reviews, and pavement evaluations during construction phase. The project included milling and overlay of Runway 7-25 (4,158 feet x 100 feet), reconstruction of blast pad areas, replacement of runway edge lights and threshold lights, and replacement of a few guidance signs. Project elements included drainage improvements, pavement demolition, mill and overlay, airfield lighting, and modifications to electrical vault. GNV, Commercial Apron Expansion, Gainesville, FL. Responsible for preparation and design of construction plans for the construction of the commercial apron expansion. The project included the construction of approximately 8,000 square yards of full strength rigid pavement, realignment of access road, installation of edge lights, and high mast lighting. Project elements included drainage improvements, pavement demolition, mill and overlay, relocation of existing utilities, new service road geometry, landscaping improvements, and new security fencing. Lakeland Linder Regional International Airport, Intermodal Center Site Preparation and Utility Installation Design Phase Services, Lakeland, FL. Responsible for design and preparation of construction documents. The project involves the design of an apron, site development for future commercial hangars, and access road. The project includes asphalt and concrete pavement design, geometry, grading and drainage, airfield marking, and roadway marking and signage. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 33 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Firm Atkins Education B.S., Civil Engineering, Iowa State University Registrations/licenses > Professional Engineer Florida 74649, 2012 Jason Clemen, PE Civil Engineering (Landside) Jason Clemen has more than 13 years of engineering experience on a variety of civil and aviation design (landside and airside development) and construction projects. He has served as a project engineer, design manager, production manager, engineer - of -record, and project manager on various aviation landside and airside development projects. Mr. Clemen's experience includes: Orlando International Airport (MCO), South Terminal C — Phase I — Landside Civil, Orlando, FL. Project manager for the landside civil package, responsible for the development and coordination of all internal and external construction documents relating to the civil design packages. Working closely with the client, architect, construction manager, and adjacent design projects. As subconsultant to the prime architect, Atkins is responsible for the landside civil engineering associated with the new South Terminal C — Phase I. The project includes the design and construction of a new 19-gate airside terminal, landside terminal, expansion of the south automated people mover (APM) parking garage, commercial curb, access roadways to the new facilities, new enplane/deplane roadway structure, site grading, stormwater drainage, new utilities, and the relocation of existing utilities. The landside civil portion of the project is valued at approximately $110 million, of the total $3.4 billion South Terminal C program. MCO, Quick Turnaround for Rental Car Facilities, Orlando, FL. Project manager and engineer -of -record. This project involved the conceptual design, final design, bid phase services, and construction phase services support for a new quick turnaround facility for rental cars. Atkins' scope included conceptual design and coordination with client and rental car agencies to developed preferred layout and location for this five family facility. Final design development included civil site, fueling system, car wash and vacuuming systems, new bridge structure, access roadways and circulation, access control, site grading, new utilities, fencing, and stormwater drainage while interfacing with adjacent landside civil project construction project. Key facts for this facility: approximately 20 acre site, five rental car families, storage/queuing for approximately 1,000 cars, 12 car washes, 54 fuel dispensers, five 30,000 gallon underground fuel storage tanks, and two sanitary lift stations. MCO, South APM Complex, Orlando, FL. Project engineer leading production for five separate design packages, responsible for the development and coordination of all internal and external construction documents relating to the civil design packages. Working closely with architect, construction manager, and client to ensure project delivery with tight schedules. Atkins was the lead civil engineering firm for the estimated $100 million civil portion of this estimated $715 million program to construct a new APM complex at this large hub commercial service airport. This project, considered the first phase in the development of the ultimate Local Experience { y� Cost -Effective Solutions Responsive Service 34 Jason Clemen, PE Page 2 a south terminal complex, included the design and construction of a new APM station, parking garage, access roadways, stormwater facilities, utilities, and miscellaneous adjustments to existing facilities. Sebring Regional Airport (SEF), Terminal Apron Rehabilitation Design Services, Sebring, FL. Engineer - of -record for alternatives analysis, construction plans, and bid phase services. Duties include client coordination and overseeing production of all project design. This project involves the design and bid phase services for the rehabilitation of the existing terminal apron, which contains 110,000 square yards. Atkins scope includes producing a rehabilitation alternatives report, recommendation and design of final alternative, and development of construction plans and specifications for multiple bid packages. The scope of work also includes the reconfiguration of taxiway connectors and reconstruction of entire drainage system for apron. Orlando -Sanford International Airport (SFB), Southwest Apron Rehabilitation Design Services, Sanford, FL. Engineer responsible for the detailed pavement inspection, development of several reconstruction alternatives and the associated life -cycle costs, ability to meet standards, and operational impacts during construction. This project involves the rehabilitation of the existing southwest apron, which contains approximately 225,000 square yards of pavement, all with varying pavement sections. Atkins has been contracted to help determine the best alternative for rehabilitation, design this alternative, and provide construction plans and specifications for the project. Atkins also aids in the bid phase services. St. Lucie County International Airport (FPR), Crossfield Taxiway Connector Design Services, Fort Pierce, FL. This project involves the design and bid phase services for the construction of a new 1,200-foot taxiway to provide access to taxiing aircraft between the isolated touch-and-go Runway 1OL-28R at the north side of the airport to the rest of the airfield. The proposed taxiway will connect the existing Taxiway F to the approach end of Runway 10R, and across to Taxiway A. Design efforts involve developing a taxiway alignment that avoids potential wetland impacts, pavement design, drainage design, structural design for canal crossing, electrical design, and permitting. The scope of work also includes data collection and environmental analysis. Birmingham-Shuttlesworth International Airport (BHM), Terminal Modernization Program, Birmingham, AL. Project engineer responsible for preparing construction specifications, concrete joint design, grading, airfield markings, lighting and signing layout design, plans production, cost estimating, and construction administration support. This terminal modernization program was initiated by the Birmingham Airport Authority to provide an enhanced operating environment that will accommodate 10-15 years of growth and development. Services to be provided as a subconsultant include approximately $14 million in civil engineering improvements, including the design of a new commercial apron for Concourse A; modification of the existing apron around Concourses B and C; expansion of the employee parking lot; and relocation/reconfiguration of existing utilities, stormwater drainage facilities, interior service roads, and fuel farm. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 35 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Firm Atkins Education > Ph.D., Transportation Materials, University of Illinois > M.S., Geotechnical Engineering, University of Illinois > B.S., Civil Engineering, Universidad de Los Andes Registrations/licenses > Professional Engineer Florida 70336, 2009 M California 63736, 2002 0 a Professional affiliations > Transportation Research Board > American Society of Civil Engineers > American Concrete Pavement Association Manny Bejarano, Ph.D., PE Pavement Engineering Manny Bejarano has 25 years of combined experience in the design, evaluation, rehabilitation, and construction of major infrastructure projects. Early in his career, he worked on large earth dam, oil field, and railroad projects in the areas of civil, geotechnical, and infrastructure engineering. Over the last 12 years, he has worked on major airfield paving projects worth more than $1 billion. His experience includes commercial and military runway, taxiway, and apron airport designs. Dr. Bejarano's field of expertise is pavement design, construction, civil material characterization, soils engineering, infrastructure management, and forensic analysis. He has conducted detailed pavement evaluations and non-destructive testing analysis; supervised field explorations; analyzed field and laboratory data; and recommended design alternatives for new construction and rehabilitation of roads, ports, and airport pavements. His designs generally incorporate a sustainable approach by reusing existing pavement materials or improving the quality of the final product through modification of construction specifications with proven practices. Dr. Bejarano's assistance during construction has been instrumental by providing interpretation of details and requirements, supporting inspection staff, and evaluating end product for acceptance. Dr. Bejarano's experience includes: Pensacola International Airport (PNS), Continuing Professional Planning, Engineering, and Consulting Services, Pensacola, FL. Pavement engineer for this master agreement with the City of Pensacola for on -call planning, engineering, and architecture services at PNS. Projects completed under this master agreement include the cargo apron expansion, corporate apron rehabilitation, airport layout plan update, airport land use plan, and environmental assessment for the new maintenance, repair, and overhaul (MRO) facility. Provided geotechnical scope, pavement design, pavement details and specifications, and construction support. PNS, New VT Mobile Aerospace Engineering (VTMAE) Hangar, Pensacola, FL. Pavement engineer for the design and construction administration of this new MRO hangar facility. The project includes design of an approximately 175,000-square-foot hangar building and associated site infrastructure, including taxiways, aircraft aprons, wash rack, parking lot, access roadway, and utilities. The facility will provide service to a mixture of B777, B757, and A320 aircraft. The design scope includes all architecture and engineering services required for the facility. The project is being constructed by the construction management -at -risk method, and the design phase includes regular coordination meetings and value engineering sessions. Provided geotechnical scope, pavement design, sensitivity analysis, pavement details and specifications, and construction support. Local Experience { y� Cost -Effective Solutions Responsive Service 36 Manny Bejarano, Ph.D., PE Page 2 a Design -Bid -Build Type C Taxiway Repairs, California National Guard, Los Alamitos, CA. Geotechnical engineer. Conducted a comprehensive evaluation of the entire airfield using non-destructive testing via heavy weight deflectometer, dynamic cone penetrometer and standard geotechnical exploration to investigate the deteriorated pavements and provide recommendations for design and construction. The $60 million pavement repair program is being phased in several designed packages due to limited funding. The new concrete pavement will have a cement stabilized base composed of existing base material and asphalt millings. The approach is two folded since not only reduces the cost of producing a new pavement but also minimizes the impact to the urban community surrounding the airfield. Pittsburgh Air Reserve Station (ARS), Fuel Hydrant and Apron Projects, U.S. Army Corps of Engineers, Pittsburgh, PA. Geotechnical engineer. Responsible for the alternative recommendations for the pavement system including alternative materials and construction methods. The value engineering (VE) team targeted project areas where costs could be reduced while maintaining necessary functions. The result of VE efforts was 26 creative ideas across 5 value target areas leading to 15 VE alternatives, 2 estimate corrections, and 2 design suggestions. The project team made consensus decisions on study recommendations, resulting in total accepted savings of $177,000. Attempts to return the apron lighting project to within the construction cost limitation could not overcome the low DD 1391 budget for the project. Pittsburgh ARS, C-17 Corrosion/Fuel Hangar, Pittsburgh, PA. Geotechnical engineer. Responsible for the alternative recommendations for the pavement system including alternative materials and construction methods. VE study of the 35 percent design submission for the 115,807-square-foot C-17 corrosion/fuel hangar, a $44 million construction cost limit. Result of VE efforts was 35 creative ideas across 4 value target areas leading to 17 VE alternatives and 4 design suggestions, resulting in total accepted savings of $408,000. The value study did provide a range of alternatives to provide the opportunity to incorporate desired bid options. Wright Patterson Air Force Base, Repair Taxiway D and Taxiway B2, Short Runway, OH. Geotechnical engineer. Responsible for the alternative recommendations for the pavement system including alternative materials and construction methods. Runway 05R 23L repairs include a full width mill and overlay with hot -mix asphalt; repair of underlying Portland cement concrete (PCC) as required; and new 25-foot shoulders, perimeter underdrains, weather sensors, runway guard lights, Federal Aviation Administration (FAA) guide signs, and survey monuments. VE team targeted project areas where costs could be reduced while maintaining necessary functions, resulting in 58 creative ideas. The VE team developed 33 VE alternatives and 2 design suggestions (savings not quantifiable during workshop) for USACE and design team consideration. All four "value added" alternatives,13 of 24 cost saving alternatives, and one estimate correction were accepted for a net cost savings of $5,435,000. Additionally, one of two design suggestions were accepted with an acceptance rate of 55 percent of VE alternatives (40 percent of potential cost avoidance). San Diego International Airport (SAN), Rehabilitation of Runway 9-27 and Cross Taxiways, San Diego, CA. Pavement engineer for the reconstruction of the asphalt runway and several cross -taxiways. The construction of the 3-inch mill and overlay rehabilitation strategy will be conducted over several night-time closures. A fast -track concrete pavement construction is planned for the taxiways connecting to the runway. SAN is the busiest single - runway airport in the U.S. without alternative facilities to conduct runway improvements during daytime. Due to these restrictions, the construction plans need to anticipate any potential issues during construction and the life of the pavement. It was anticipated that the asphalt overlay will last another 10 years with minimum maintenance. The concrete mixture is planned to be a dense well -graded material to minimize maintenance issues associated with sliver spalls and surface finishing issues. The project is under design and will be delivered via a design -bid -build approach. Philadelphia International Airport, Taxiway K Rehabilitation, Philadelphia, PA. Pavement engineer for the reconstruction and rehabilitation of the asphalt pavements. The asphalt pavements at Taxiway K are undergoing severe surface rutting due to instability of the surface asphalt layers. These unstable layers are required to be removed and replaced with a new concrete or asphalt pavement. Modifications to the standard P-401 asphalt specification were recommended if asphalt is used as the new surface for the taxiways. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 37 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > B.S., Civil Engineering, Pontificia Universidad Javeriana Certifications > Aeronautical Navigational Aids and Lighting Certificate, FAA Academy Training > Claims Prevention and Analysis Certificate Construction Safety and Phasing Joseph Duarte has 43 years of experience, including more than 83 billion worth of airport projects. His experience includes the program management, planning, design, and construction management of runways, taxiways, visual aids and navigational aids, aircraft parking aprons, pavement structures, access roads, storm drainage, terminal buildings, support facilities, cargo buildings, and utilities. Mr. Duarte is thoroughly familiar with aviation standards and quality management systems, including International Civil Aviation Organization, International Air Transport Association, and Federal Aviation Administration (FAA). Mr. Duarte's experience includes: Fort Lauderdale -Hollywood International Airport (FLL), Phase III Airport Expansion Program, Fort Lauderdale, FL. Senior project manager for Phase III of the airport expansion program responsible for the planning, design, and construction management of multiple projects. Responsible for the construction management of the westside infrastructure project to support future tenant development. The project includes major utilities improvements, FAA duct banks, and realignment of West Perimeter Road. Also served as construction manager for the new 4,500-foot Taxiway C and connectors. Duties included procurement strategy; permits; construction cost; bid documents and addenda; evaluated bid and recommended award; conducted pre -construction and progress meetings; prepared weekly, monthly, and quarterly (for FAA and Department of Transportation [DOT]) reports; coordinated construction sequence with the airport, FAA, and tenants/users; monitored schedule, payments, disadvantaged business enterprise (disadvanted business enterprise [DBE]) participation, prevailing wages, and project documents (submittals, requests for information [RFI], letters, and change orders); managed contractor's request for change and disputes to minimize change orders and delays; supervised inspection and testing to meet quality control/quality assurance (QC/QA) requirements; commissioned new systems; prepared substantial and final completion certificates with corresponding punch list; coordinated contractor's as-builts and final electronic record drawings; and prepared closeout documents. Additionally, he was responsible for the design management for the airfield enhancement project. the project included the benefit -cost analysis for the selection of the optimum high-speed exit taxiways to be designed and constructed. The project included, in addition to the high-speed exits, the extension of Taxiway C, completing the dual taxiways system from the terminal complex to the Runway 9L end. Design management duties included design scope definition, budget, schedule, and design phases; procurement strategy; selection of consultants; DBE program; bid and award services, including construction schedule; and bid documents. Also prepared project documents and application to secure FAA's and DOT's grant funds, evaluated bids, and recommended the award of the construction contract. 'The construction phase included final coordination of the construction Local Experience { y� Cost -Effective Solutions Responsive Service 38 Joseph Duarte Page 2 a sequence with airlines, other tenants, and the community; controlled and monitored schedule, submittals, requests for information, and other project documents; and managed the QC/QA program in accordance with the construction management plan approved by FAA. Tulsa International Airport, Taxiway J Reconstruction and New Taxiway Connectors for FAA Runway Incursion Mitigation Program, Tulsa, OK. Lead technical professional for the Runway 18L-36R full-length parallel taxiway pavement replacement and new construction elements. Responsibilities include the planning, FAA modification to standard request, design, and bid and construction support. Hartsfield Jackson Atlanta International Airport,Concourse T North Extension, Atlanta, GA. Lead technical professional for the airside and landside elements to extend Concourse T by adding seven new passenger boarding gates. Work includes the drainage system and utility improvements and relocation, parking reconfiguration and north terminal roadway realignment, Gate 78A relocation and expansion including non -license vehicle road realignment, terminal apron expansion, and associated taxiway and taxilanes. Southwest Florida International Airport (RSW), Airfield Rescue and Firefighting Facility (ARFF) Design and Bidding Services, Fort Myers, FL. Senior project manager responsible for construction document review and quality control. This project, as a subconsultant to AECOM, for the Lee County Port Authority, involves a new ARFF to replace the existing facility at RSW. Managua International Airport, Feasibility Study for Modernization, Managua, Nicaragua. Responsible for airport cargo area development and estimation of the probable project cost. Raleigh -Durham International Airport Raleigh, NC. Senior project manager responsible for construction administration of the Taxiway D relocation and Terminal C expansion project. The scope of work included reconstruction of the apron and Taxiways D, B, F, G, J, and C, airfield and midfield vehicle service roads (VSR), retaining/blast wall system, roadway realignment, taxiway (aircraft) and VSR bridge/tunnel structure, hydrant fueling system, sewer and water line, and power and communication duct bank. Duties included serving as on -site representative providing basic construction management and resident project representative services; coordinating contractor's as-builts and final electronic record drawings; preparing closeout documents for FAA; and reviewing final payment. Luis Munoz Marin International Airport, San Juan, PR. The program involved construction of the dual west crossfield taxiway connecting Runway 8 and Runway 10, taxiway (aircraft) and vehicle tunnel/bridge airport roadway underpass, reconstruction and expansion of Runway 8 holding apron, Runway 8 and Runway 10 safety area improvements, construction of four high-speed taxiway exits for Runway 8-26 and one for Runway 10-28, airfield visual aids with improvements to the airfield vault, relocation of the rental car facilities, and coordination of the consolidated rental car operations in a new multi -level parking structure. The program also included the rehabilitation of Runway 8-26 and connectors, pavement management study of the entire airfield, improvements to airport roadways, and relocation of major airport utilities and drainage structures. Ronald Reagan National Airport, Washington D.C. Pavement engineer for a visual pavement condition survey, as part of the airfield pavement management program. This study allowed the airport to implement the pavement maintenance and rehabilitation program based on long-term Planning and documented data. This approach provides a vehicle to evaluate the cost effectiveness of alternative maintenance and repair strategies resulting in an efficient use of available funds. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 39 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Firm Atkins Education > B.S., Civil Engineering, University of Colorado Registrations/licenses > Professional Engineer Florida 53235, 1998 Certifications > Project Management Professional (PMP), Project M Management Institute (PMI), 1454163, 2011 0 0 > Leadership in Energy and Environmental Design Accredited Professional Building Design + Construction (LEED AP BD+C), U.S. Green Building Council (USGBC), 2009 > Council Record, National Council of Examiners for Engineering and Surveying (NCEES), 47541, 2011 Fleet Wulf, PE, PMP, LEED AP BD+C Drainage/Utilities Fleet Wulf has 27 years of project management/engineering experience in the planning, design, and construction of numerous multidisciplinary large-, medium-, and small-scale commercial, residential, and institutional land development projects; minor and major aviation and transportation facilities; stormwater management, sanitary sewer, and reclaimed and potable water systems; bridge replacement programs; and creek rehabilitation projects. Mr. Wulf's experience includes: Marco Island Executive Airport (MRK), New General Aviation Terminal and Associated Landside Improvements, Naples, FL. Design team member and drainage and utilities engineer -of -record for this $9 million project to construct a new 16,000-square-foot terminal with associated landside improvements. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, and drainage and utility improvements. Applied for and obtained all necessary site -related permits, including Collier County — Development Reviews (PL20160003572 through the GMD Public Portal system), Florida Department of Environmental Protection (modification and completion of build -out of the previous Environmental Resource Permit), utilities permitting through Marco Island Utilities and Florida Department of Environmental Protection. MRK, Existing Terminal Obstruction Removal and Apron Expansion,, Naples, FL. Design team member and drainage and utilities engineer -of -record for this $4 million project to demolish the existing terminal building which will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway Alpha. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by Federal Aviation Administration (FAA) grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements including the relocation of Taxiway Bravo and associated airfield lighting, demolition of the existing Taxiway Bravo and apron, airfield drainage improvements, and the permitting of various project elements. Applied for and obtained all necessary site -related permits, including Collier County — Development Reviews (PL20160003572 through the GMD Public Portal system), Florida Department of Environmental Protection (modification) and completion of build -out of the previous Environmental Resource Permit), utilities permitting through Marco Island Utilities and Florida Department of Environmental Protection. Southwest Florida International Airport (RSW), Maintenance Facility Expansion, Lee County, FL. Design team member for design, permitting, and construction service of the expansion of service bays, office space, and parking. RSW, Terminal Expansion, Lee County, FL. Design team member for design and permitting of utility and drainage improvements for the expansion of the main terminal to accommodate additional security, retail, and restaurant space. Local Experience Cost -Effective Solutions Responsive Serviceii J� 40 Fleet Wulf, PE, PMP, LEED AP BD+C Page 2 a RSW, Remote Loading Dock Facility, Lee County, FL. Design team member for design and permitting of site civil, utility, and drainage improvements for the construction of a receiving and distribution facility that includes an initial eight loading docks. Kissimmee GatewayAirport (ISM), NewAir Traffic Control Tower and Electrical Vault, Kissimmee, FL. Lead engineer for the site civil portion of design and permitting for the project. Amber Cove, D.R. Cruise Port, Ltd., Dominican Lakeland Linder International Airport (LAL), Fuel Farm, Republic. Senior project engineer. Project involved Lakeland, FL. Stormwater engineer for the design and comprehensive architectural and engineering design permitting of a stormwater management system to serve the new fuel farm at this growing regional airport. LAL, Multimodal and Maintenance, Repair, and Overhaul (MRO) Hangar Facility, Lakeland, FL. Engineer -of -record for civil, stormwater, and utilities design, permitting, and construction services. LAL is a public airport located in Lakeland, Florida, that is owned and operated by the City of Lakeland. For several years, the airport has been preparing for the development of a new cargo and aircraft MRO complex on the northwest end of Runway 9-27, currently referred to as the Intermodal Center. this site provides airside access to Runway 9-27 via Taxiway A and landside access to Drane Field Road via Kidron Road and/or Kelvin Howard Road. Tampa International Airport (TPA), Logistics Facility, Tampa, FL. Member of design team in charge of stormwater design and permitting and water and wastewater utilities permitting. The new 20,000-square-foot logistics facility will be located in the former Drew Park of the existing cargo facility. The facility will be provided to support the future anticipated 2030 airport concessions needs. TPA, Red Side Rental Car Garage Demolition, Tampa, FL. Member of design team in charge of site civil design, permitting, and coordination of the demolition of a 7-level garage situated closely between the main terminal building, a hotel building, and the main airport drive. This project was very coordination intensive to be able to provide a design that would enable the demolition work to be performed in a manner that would not interrupt airport operations. Orlando International Airport (MCO), South Automated People Mover and Intermodal Transportation Facilities, Orlando, FL. Member of design team in charge of water and wastewater utilities design and permitting and construction services. This portion of the project included the construction logistics facility and Phase 1 improvements, which include the automated people mover facility, a 7-level parking structure and the central energy plant. services for an expansive new cruise port development, to be known as Amber Cove. Services include complete landside design, comprising architecture and engineering for the product's 25 buildings, as well as its roadways, landscapes, and plazas. Points of interest include interdisciplinary coordination in design of rainwater recovery cisterns, on -site reverse osmosis water treatment, package plant wastewater treatment system, on -site water storage and pump systems for potable and fire supply, and slab and pavement design for active seismic conditions. Project design was in metric units. All design documents were translated into Spanish. Panama City Maintenance Dredging and Dredged Material Disposal, Panama City, FL. The objective of this project was to renew existing maintenance dredge permits and obtain new environmental resource permits for deepening the entrance channel, turning basin, and all berths to -40 feet MLW. Dredging design included removal of up to 320,000 cubic yards of material. The dredged material was characterized in -situ by collecting vibracores throughout the port. The existing dredge material containment area (DMCA) on the Navy property was modeled for groundwater influence, and Mr. Wulf participated in the redesign of the DMCA facility. Hurricane Sandy Temporary Housing Installations, Federal Emergency Management Agency. Site selection planner for the Hurricane Sandy temporary housing installation projects. This project involved managing five main contractors and consultants, as well as many subcontractors and part-time employees to install more than 90 homes for displaced citizens after Hurricane Sandy. BridgewayAcres Landfill Improvements, Pinellas County, FL. Project manager and civil engineer for Phase I (traffic routing study) and Phase II (roadway improvements). Included study/recommendation to improve traffic flow; design of 3,5004inear-foot industrial roadway system, drainage, scale house apron pavement designs, signing and striping, and construction phasing. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 41 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > B.S., Civil Engineering, North Carolina State University Registrations/licenses > Professional Engineer Florida 81748, 2016 Alabama 37332, 2018 North Carolina 039138, 2012 Pennsylvania 087139, 2018 South Carolina 32756, 2015 Texas 129724, 2018 Airfield Electrical Jerome Howell has 14 years of experience as an airfield lighting engineer. He has served as both design engineer and construction inspector for various aviation projects. His focus in aviation is design, installation, and construction of aviation lighting systems. Areas of specialization include taxiway and runway lighting systems, runway guard lights, airfield signage systems, runway end identifier lights, precision approach path indicators, medium -intensity approach lighting system with runway alignment indicator lights (MALSR), approach lighting systems with sequenced flashing lights (ALSF), VORTAC, VOR/distance measuring equipment, localizers, glide slopes, and construction inspection, phasing, and safety. His responsibilities have included coordination with both clients and contractors while working on design and construction management teams. Mr. Howell has a comprehensive understanding of the aviation lighting industry and has developed excellent technical and administrative problem -solving skills through his experience working with military, large, and general aviation airports, as well as manufacturers of airport lighting equipment and other consultants within the industry. Mr. Howell has an intricate working knowledge of the Federal Aviation Administration (FAA) advisory circulars and UFC 3-535-01 and 02 criteria. Mr. Howell's experience includes: Marco Island Executive Airport, Existing Terminal Obstruction Removal and Apron Expansion, Naples, FL. Design team member and airfield electrical engineer - of -record for this $4 million project to demolish the existing terminal building which will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway Alpha. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by FAA grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements including the relocation of Taxiway Bravo and associated airfield lighting, demolition of the existing Taxiway Bravo and apron, airfield drainage improvements, and the permitting of various project elements. Philadelphia International Airport (PHL) On -Call Civil Engineering Services, Runway 9R Approach Light Pier Design Services, Philadelphia, PA. Airfield lighting design engineer. This project involves the refurbishing of the existing approach lighting piers for the 9R approach at PHL. The electrical design consists of the replacement of conduit, cabling and low -impact resistant tower systems at each ALSF light station. All electrical infrastructure along the modified walkway will be installed and grounded per current FAA standards. Each ALSF light station will be evaluated to determine the best method to re -use junction cans, conduit paths, and penetrations in the existing concrete piers. Additionally, the T-bar frame assemblies associated with each tower will require rotation and potential light bar offset to accommodate the new walkway location. Additional project tasks include coordination with the FAA Local Experience { y� Cost -Effective Solutions Responsive Service 42 Jerome Howell Jr., PE Page 2 a design and maintenance teams to provide a system that meets during the pavement milling process. New LED runway standards and ensures a safe working environment. centerline lights and touchdown zone (TDZ) lights were PHL, On -Call Civil Engineering Services, Taxiways H and F (Formerly EE North), Philadelphia, PA. Airfield lighting design engineer. Supported safety improvements for Runway 17-35 crossing and establishing Taxiway F for the future extension of Runway 9R 27L. Responsible for electrical work including new LED taxiway centerline lighting, taxiway retroreflective markers, runway edge lighting, LED in -pavement and elevated runway guard lights, and LED airfield signage, duct banks and manholes/ handholes. Other tasks included review of construction submittals and RFIs and coordination with the on -site inspectors. Louis Armstrong New Orleans International Airport (MSY), Airfield Electrical Rehabilitation Program, New Orleans, LA. Design engineer for the airfield electrical rehabilitation program. As a standalone program, project tasks included airfield electrical systems forensic analysis, rehabilitation program concept development, associated cost estimates, reconstruction planning and the redesign of existing airfield lighting, signage and infrastructure systems. Helped coordinate the development of project phasing and review of documentation with respect to applicable design standards. The final rehabilitation program consisted of the upgrade of airfield lighting system architecture on existing runways, taxiways and aprons under full operating conditions. Hartsfield Jackson Atlanta International Airport (ATL), Runway SafetyArea Sterilization (RSA), Atlanta, GA. Design engineer. As part of Atkins on -call Eastern Service Area contract with the FAA, Atkins was selected to address the RSA violations and tasked with preparing design drawings, specifications, developing Local Site Implementation Plan, developing 7460s and construction cost estimate. The RSA sterilization design elements, in coordination with the FAA design team included: relocation of localizer antenna array, shelter, distance measuring equipment, precision approach path indicators, far -field monitor. Also, the design included replacement of existing Vega towers with MG towers and frangible bolts. Tri-Cities Regional Airport, Runway5-23 Rehabilitation, Blountville, TN. Design engineer for the airfield electrical design for the rehabilitation of Runway 5-23. The electrical work included detailed phasing and direction to the contractor due to the night-time closures of the runway installed on existing base cans with new base can extensions in existing pavement that was milled and overlaid as part of the project. The existing runway centerline and TDZ circuits were converted to 6.6A circuits with new 6.6A L-829 constant current regulators (CCRs) replacing their respective existing 20A CCRs in the airfield lighting vault. Additionally, new runway edge lights on new base cans in shoulder pavement and new taxiway edge lights were installed. Charleston International Airport„ Terminal Apron Expansion, Charleston, SC. Project manager. The existing terminal apron was expanded to accommodate a future expansion of Concourse B. A remain overnight (RON) parking apron was constructed that would accommodate additional RON parking spaces. The new RON apron provided 5 aircraft parking spaces (4 ADG III spaces, 1 Aircraft Design Group (ADG) III/ADG IV space). Lighting improvements include the installation of taxiway edge lights, signs and area lighting for the new RON apron. Also, fiber optic cable from the IT room in the terminal building to existing security gates were relocated as part of this project. Mr. Howell's other project tasks included review of construction submittals and requests for information, coordination with the on -site inspectors and FAA personnel, site visits, and pre -final and final construction inspections. Charleston Executive Airport UZI), Runway 9-27 SafetyArea Improvements, John's Island, SC. Full-time on -site construction inspector and design engineer. This project included a 350-foot extension to Runway 9-27 and the parallel Taxiway, including a shift to the existing threshold. The design and inspection included new lighting for the runway and associated taxiways, signage, precision approach path indicators, wind cones, and relocation of a glide slope antenna and shelter. Responsibilities during construction included monitoring the progress of the contractor; scheduling and tracking quality assurance testing for the client; tracking pay items; generating pay requests and change orders; moderate project -related meetings; and coordination between the client, contractor, utility companies, and the FAA. Local Experience C `l, Cost -Effective Solutions Responsive Service ii J� 43 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP M r 0 a Firm Atkins Education > M.Arch., Architecture, University of South Florida > M.S., Construction Management, Florida International University > B.S., Architecture, Florida International University > A.A., Architecture, Broward College Registrations > Registered Architect Florida 17791, 2002 Registered Interior Designer Florida 6041, 2013 Certifications > National Council of Castellanos, Jose Castellanos brings more than 30 years of professional experience in design and project management for various clients throughout the country. Mr. Castellanos has actively practiced as project executive, managing architect, project manager, project architect and construction manager. Specific project experience includes healthcare, aviation, education, retail, corporate, restaurant/hospitality, multi -family, residential and mixed -use projects for both public and private clients. He has provided design and consulting services to financial institutions overseeing retail branch rollouts, prototype branch development, program management, due diligence, building condition assessments and site test fits. Mr. Castellanos has managed various continuing service contracts for public school systems, universities, public utilities and housing authorities. Additionally, his design -build experience is vast including automotive dealerships, parking structures, medical facilities, laboratories and office buildings. Mr. Castellanos was an adjunct professor at Sanford -Brown College (formerly the International Academy of Design & Technology) for more than 16 years where he taught courses in programming, design, building systems and codes. Mr. Castellanos' project experience includes: Southwest Florida International Airport (RSW), Terminal Expansion, Fort Myers, FL. Technical manager responsible for project production, management, technical guidance and quality control. The project involves significant enhancements including a consolidated security checkpoint that provides access to all three concourses and an expanded post security concessions program. Professional design services include civil, architectural, mechanical, plumbing, electrical, structural, baggage handling and fuel systems. Services also include surveying, geological evaluation, building modeling, concessions analysis, and sustainability review. Architectural Registration RSW, Customs and Border Patrol Planning Study, Fort Myers, FL. Senior architect Boards, 55314 responsible for existing facility and operation analysis, project production, programming, > Masonry Construction and conceptual design and schematic layouts. The project involves the study of the existing Inspection Certification, 2007 Customs and Border Patrol (CBP) operations to determine the deficiencies of the existing facilities in relation to the current airport technical design standards. The analysis includes the CBP, Federal Inspection Services, and the Immigration and Naturalization Service. The project includes an upgrade to the existing baggage system to incorporate a baggage - first processing system to meet current guidelines. Historic House Rehabilitation, Florida Department of Transportation (FDOT), District Two, Interlachen, FL. Senior architect responsible for technical guidance, production management and quality control.'Ihe project involves a Level 1 alteration of a relocated historical house. The scope of work is divided into two separate phases including an exterior rehabilitation and an interior renovation. 71he rehabilitation includes roof decking, metal roofing, exterior siding, window and door restoration and a reconstructed front porch. The project will conform to the Secretary of Interiors Standards for Rehabilitation. Local Experience { y� Cost -Effective Solutions Responsive Service 44 Jose Castellanos, RA, RID Page 2 a Moffitt Cancer Center, Clinical Services Building, Moffitt Cancer Center, Tampa, FL. Project manager responsible for client management, project scope development, design documentation, production coordination, planning, organizing, directing, financial management, quality control and delivery. The project involved the design of an 8-story, 200,000 square foot office and laboratory building. This project was performed using a design -build project delivery method. Gaylord Palms Resort, Parking Structure, Ryman Hospitality Properties, Inc., Kissimmee, FL. Project executive responsible for client management, contract development, programming, planning, design, technical and management leadership. The project involved the design of an 879-space parking structure of approximately 249,000-square-feet. The challenges consisted of multiple entrances on different levels, access control systems and complex security requirements. The parking structure was designed to complement the existing architecture of the hotel and convention center. This project was performed using a design -build delivery method. Acura of Naples, Automotive Management Systems, Inc., Naples, FL. Vice president/managing architect responsible for client management, technical leadership, project design, Planning and management. The project involved a three- phase addition and renovation to an existing automotive dealership while keeping the current facilities in operation. the overall concept was to rework the two main functions of the dealership, the new buyer experience and the service experience. The new buyer experience included greeters, showroom expansion, office modernization and climate controlled new vehicle delivery rooms. The service functions were upgraded to include a climate -controlled drop-off/ write-up area, modern waiting lounge and cafe, 16 indoor climate -controlled service bays, and an automated car wash. Chevrolet of Homestead, Automotive Management Systems, Inc., Homestead, FL. Vice president/managing architect responsible for client management, technical leadership, project design, planning and management. The project involved the construction of a new automotive dealership to comply with the latest Chevrolet brand guidelines. The project incorporated the latest features of new dealerships including a large climate controlled indoor showroom, comfortable customer lounge, cafe, 22 indoor climate -controlled service bays, new vehicle delivery rooms and car wash. Ernie Palmer Toyota, Ernie Palmer, Inc., Jacksonville, FL. Vice president/senior architect responsible for client management, technical leadership, project design and management. The project involved the design of a 47,730-square-foot automotive dealership consisting of a showroom, service center, sales, parts, express lube and administrative offices. It also included a 7,420-square-foot detail building. This project was completed on two parcels separated by a county road. Phase 1 consisted of constructing the new building on one parcel while the existing operations continued on the second parcel. Phase 2 consisted of demolition of the old dealership building and constructing a new automotive display and inventory lot. Fiat of Nashville, Automotive Management Systems, Inc., Franklin, TN. Vice president/senior architect responsible for client management, technical leadership, project design and management. The project involved the design of a new automotive dealership showroom of 5,000-square-feet. The showroom consisted of a sales center, merchandise display areas, retail center, customer waiting areas and a cafe. this new showroom was designed and built adjacent to an operating automotive dealership. Coordination with the Fiat brand was instrumental in the success of the project. Sun Toyota, Sun Automotive, Inc., Holiday, FL. Vice president/senior architect responsible for client management, technical leadership, project design and management. the project involved the design of an 84,200-square-foot automotive dealership consisting of a showroom, sales center, parts department, 48 service bays and express tube. This project also incorporated roof -mounted solar photovoltaic panels, recycled building materials, rainwater collection cisterns, pervious pavement, water -saving plumbing fixtures and LED lighting. Achieved Leadership in Energy and Environmental Design Gold certification. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 45 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > M.S., Structural Engineering, University of Miami > B.S., Civil Engineering, University of Miami Registrations > Professional Engineer Florida 36205, 1985 District of Columbia 8694, 2018 Maryland 52973 Oklahoma 22929 Texas 131356, 2018 Certifications John Ilter has 37 years of structural engineering experience involving the design of residential and commercial structures. He applies the expertise of a seasoned engineer to all conventional aspects of structural design, while using advanced concepts and techniques to solve unconventional structural engineering problems. Mr. Ilter's experience includes: U.S. Border Patrol Complex Design -Build, Comstock, TX. Structural engineer. Developed structural design for new 250-agent U.S. Border Patrol station and checkpoint facility. 'The project includes a 50,000-square-foot reinforced concrete masonry unit (CMU) border patrol station and a 3,500-square-foot reinforced CMU checkpoint structure with attached pre-engineered metal canopy. Also included are an 11,800-square-foot reinforced CMU vehicle and facility maintenance building, reinforced CMU short -stay kennel, reinforced CMU indoor firing range, pre- engineered fueling station, and carwash facility. All buildings are supported on shallow spread foundations, and the project design was completed with building information modeling (BIM) technology. Hickam Air Force Base (AFB), TFI F-22 Upgrade Munitions Complex, HI. Provided structural design for a new concrete masonry unit administration and maintenance building supported on shallow spread foundations. Other buildings include blast -resistant, earth -covered munitions storage structures using precast Leadership in Energy and concrete walls supported on concrete mat foundation and micropiles, cast -in -place Environmental Design concrete hard bay storage buildings supported by micropiles, and steel -framed Accredited Professional, U.S. multicube storage building supported on micropiles. The project was designed using Green Building Council BIM technology. Hickam AFB F-22 Hush House, Honolulu, HI. Structural engineer -of -record. Design consisted of a new Hush House including design of micropile foundation system, integration with pre-engineered metal building and elements required for testing of F-22 jet engines. Joint Base Lewis-McChord, Regional Logistics Support Center Warehouse, Tacoma, WA. Structural engineer for a 62,331-square-foot general purpose warehouse using tilt -up concrete wall construction, a distribution warehouse construction method proven by the commercial industry to be the fastest and most economical and to have the least risk for warehouse construction. For the 1,200-square-foot guard shack and the 2,940-square-foot remote switching unit building, the design employed concrete masonry unit, pre-engineered metal truss construction with brick exteriors and standing seam metal roofs. Design Services for Design -Build Construction of Special Operations Forces (SOF) Joint Operations Center (JOC) Compound, Mazar-E-Sharif, Afghanistan. Responsible for supervision of overall structural design, including preparation of submissions to the U.S. Army Corps of Engineers (USACE). The compound will provide primary facilities including a JOC; 400 post exchange billeting facilities; Local Experience { y� Cost -Effective Solutions Responsive Service 46 John Ilter, PE, LEED AP BD+C Page 2 a communications building; TOC with storage; training facility; medical aid station; vehicle maintenance facility; logistics operations facility; logistics storage facility; dining facility; morale, well-being, and recreation facility; and a kennel to support up to eight working dogs. The project includes site preparation and compound security measures to include compound fencing and fencing of the adjacent SOF apron, as well as AT/FP measures. the completed facility will also include any needed site improvements. Land Ports of Entry Modernization Program, Neche and Walhalla, ND. Senior structural engineer -of -record. Responsible for the structural design concept for the design -build development of two 8,300-square-foot Land Ports of Entry; one on an 11.65-acre site in Neche and one on an 16.5-acre site in Walhalla. Each facility includes a 7,000-gross-square-feet first floor and 1,300-square- foot second floor, supported by parking for 11 vehicles. A 1,300-gsf Secondary Inspection Building at each site incorporates two bays for vehicle inspections, an office area, a waiting area, and mechanical equipment space. Each site design accommodates the movement of both large trucks and passenger cars through the inspection area, along with providing a designated zone to screen large trucks for radioactive material. Armed Forces Reserve Center, San Marcos, TX. Responsible for structural design for the new $25 million armed forces reserve center. This is a design -build project with facilities that include several munitions vaults; both heated and unheated storage facilities; an operation, maintenance, and service facility housing precast concrete bridge deck with a large bridge -crane assembly above; and a training center housing classrooms, offices, and other ancillary facilities. Facilities typically consist of precast concrete elements including hollow core planks, double tees, wall panels, columns, and beams (including grade beams), and stair tower elements. Foundation systems include straight shaft, bell bottom drilled piers of reinforced concrete material supporting precast grade beams. Mansard roof structures consist of light gage metal roof framework and standing seam metal roof deck. Medical Instruction Facility Building 5, Design Services for Design -Build of Medical Education Training Center, Fort Sam Houston, TX. Senior structural engineer. Supported structural design for a new, two-story, 47,300-square-foot medical instructional facility, along with site improvements and supporting utility infrastructure. The structure consisted of a 2-story steel moment frame system with concrete masonry units exterior wall cladding. The steel frame was supported on a foundation system of drilled piers and concrete grade beams, designed to accommodate the highly expansive soils at the site. The first and second floor systems were comprised of steel joists with a concrete - topped metal deck. The facility is Leadership in Energy and Environmental DesignSilver certified. Single Award Task Order Contract for Administrative Facilities in the Northwest Region, A-E Services for Design -Build of three -Building Warrior In Transition Complex, Alutiiq, LLC/USACE, Fort Worth District, Fort Riley, KS. Structural project engineer responsible for overall supervision of structural design, including development of the overall design concept. Also directs junior engineers, and interfaces with architects and contractors. Atkins, and teaming partner, Alutiiq LLC, have been awarded a $20 million contract with the USACE, Fort Worth District for a WT complex at Fort Riley. This is a Single Award Task Order Contract for administrative facilities in the Northwest Region. The team will be developing standard designs for one battalion headquarters, two company operations in one facility, one soldier and family assistance center, and additional supporting facilities. The facilities will include offices, reception areas, conference room, corridors, restrooms, mechanical rooms, electrical rooms, and storage areas. The Atkins/Alutiiq team will address various components, including facility structural considerations, building occupancy requirements, regional soils and climatic conditions, HVAC systems, and exterior architectural features. Parking Garages Condition Assessment Services, Orlando, FL. Structural engineer responsible for supporting structural engineering evaluations of six city -owned parking garages including an evaluation of the structural condition of each facility, floor by floor and area by area. A task order issued under Atkins' continuing structural services contract with the City of Orlando, this project involved structural inspection services including evaluation of cracks, spalling, exposed steel reinforcement, delamination, deflection concerns, bearing/connector plates, coatings, surface wearing and abrasions, joints, interfaces, barrier mechanisms, handrails, stairs, and potential contamination. A condition report was prepared to document the floor -by -floor structural findings of concern for each parking structure including a discussion of how all identified problems or concerns relate to the service life of each parking garage facility. Local Experience C `l, � Cost -Effective Solutions Responsive Service o C J� 47 ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > B.S., Civil Engineering, University of Missouri - Rolla Registrations/licenses > Professional Engineer Florida 76792, 2013 Illinois 062038642, 1980 Kentucky 13196, 1982 Missouri 019117, 1980 New York 094215-1, 2014 Ohio PE.49950, 2012 Oklahoma 17852, 1995 Texas 101427, 2008 Ceertifications > Certified Plumbing Designer David Heideman, PE Interior Building Engineering David Heideman has 45 years of engineering design experience in civil, heating, ventilation, air-conditioning (HVAC), plumbing, and fire safety for healthcare, primary education, university, office, and telecommunication facilities. Areas of expertise include energy conservation, ice storage, geothermal, chilled water, heating hot water, air distribution, domestic water, sanitary and stormwater drainage, stormwater detention, pumping, and road systems; grading; air flow modeling; studies and commissioning (not certified) forensics; and peer review. Certified as a renewable energy professional in 2011, Mr. Heideman is one of the nine professionals who developed the certified plumbing designer examination for the American Society of Plumbing Engineers Mr. Heideman s experience includes: Clark County Detention Center North Tower Phase I and II Building Commissioning Services, Las Vegas, NV. As mechanical engineer, provided the project management and construction and operations oversight for the engineering portion of the project. Atkins is providing construction management, commissioning, and retrocommissioning services as construction manager and owners representative to Clark County, Nevada, for the renovation of the north tower of the Clark County Detention Center. Renovation is a complex process broken into three parts and planned to last for three years. Responsibilities include change orders, requests for information (RFIs), scheduling, daily reports, activity monitoring, team coordination, construction submittal review, inspections, dispute resolution, and stormwater pollution prevention plan (SWPPPs). Commissioning responsibilities include inspection, documentation, Renewable Energy Professional, commissioning reports, and startup. 2011 U.S. Department of Homeland Security (DHS) TSL Expansion Design Review, DHS, Atlantic City, NJ. Lead mechanical engineer responsible for reviewing the mechanical technical documents for this project. Independent design technical review for a new standalone, purpose-built independent testing and evaluation (IT&E) certification laboratory facility that will provide large, open, blast -resistant laboratory cells along with associated non -hardened control and conference/office spaces. The facility will be dedicated to IT&E operations (accommodating both bulk and trace certification/qualification testing) and associated infrastructure that will allow TSL to meet the demands of their mission requirements. Iqaluit International Airport, Improvements, Bouygues, Canada. Lead mechanical review engineer responsible for reviewing design concepts and proposals. Improvements including a new air terminal building; new combined services building along with associated landside elements; runway, taxiway and apron improvements and rehab; and improvements to airport electrical systems. Project 384--Phase 2, Universal City Development Partners (UCDP), Los Angeles, CA. Responsible for the design of the central chilled water plant which served the entire attraction, the steam system, the air side systems, the heating systems and coordination of the mechanical work with the work of the other design Local Experience { y� Cost -Effective Solutions Responsive Service 48 David Heideman, PE Page 2 a disciplines. He is also responsible for keeping the project within budget. Multiple design services for the site adaptation of an award -winning Universal Islands of Adventure attraction at Universal Studios Hollywood. Atkins' scope of services includes providing pre -design through construction administration. Andrews Air Force Base (AFB), Upgrade and Replace HVAC System in Building 1558, USACE, Huntsville, MD. Lead mechanical engineer for the project and is responsible for planning phasing of the upgrades, overall design concepts, working with all disciplines to coordinate the work, and keeping the project within budget. Design for the upgrade/replacement of the HVAC system in Building 1558 at Joint Base Andrews, in accordance with current United States Air Force and Industry Standards. U.S. Garrison Scott Barracks Modernization Plan, U.S. National Guard Bureau, West Point, NY. Quality assurance/quality control (QA/QC) of the mechanical sections of the design -build RFP package. He reviewed the mechanical sections of the design -build request for proposals (RFP) package and commented on areas of the document that needed to be changed prior to being issued. Architectural and engineering services for the preparation of a 35 percent design -build RFP package for the complete renovation and modernization of this historic barracks at West Point. Scott Barracks is the first of nine existing barracks at West Point scheduled for renovations/modernization as part of the Cadet Barracks Upgrade Program (CBUP). U.S. Garrison MacArthur Short Barracks Modernization Plan, U.S. National Guard Bureau, West Point, NY. QA/QC of the mechanical sections of the construction documents package. He reviewed the mechanical sections of the construction documents package and commented on areas of the documents that needed to be changed prior to being issued. Architectural and engineering services for the preparation of construction documents for the complete renovation and modernization of this historic barracks at West Point. MacArthur Short Barracks is one of nine existing barracks at West Point scheduled for renovations/ modernization as part of the CBUP. USACE Walla Walla Cost Engineering Core Models and Parametric Modeling, Walla Walla, WA. Lead mechanical engineer. Provided mechanical engineering modeling for Tri-Service Automated Cost Engineering Systems (TRACES) technology refresh effort, consisting of refreshing the current TRACES legacy applications to use newer technology and update the user interface. This project provides for TRACES technology refresh effort, consisting of refreshing the current TRACES legacy applications to use newer technology and to give the applications a newer, up to date, user interface. The planned technology refresh effort consists of re-creating the MII module and its supporting databases and interfaces with other applications as well as creating a new parametric modeling software which interacts with MII on the TRACES Enterprise Portal (TEP). The 2020 Migration Plan calls for the migration of all USACE applications to operate in a web/cloud environment. The TEP is key to assisting in this migration effort. Atkins will provide modeling for structural, mechanical HVAC, electrical, and fire protection concepts and develop linear regression curves of conceptual solutions and cost implications. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 49 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > B.S., Mechanical Engineering, University of Florida Registrations > Professional Engineer Florida 58890, 2002 California 35729, 2011 Colorado 50199, 2015 Georgia 27398, 1998 Guam 1862, 2015 Hawaii 16788, 2015 Louisiana 40218, 2015 Maryland 39393, 2010 Mississippi 18671, 2008 New York 094079, 2014 North Carolina 042827, 2015 Pennsylvania 075181, 2008 Tennessee 118232, 2015 Texas 100537, 2008 Virginia 0402051858, 2013 NCEES 33100, 2008 Certifications > Leadership in Energy and Environmental Design, Accredited Professional, Building Design and Construction, U.S. Green Building Council, 10104994, 2012 Building Systems Tom Farmer has 22 years of project management and mechanical team lead expertise including direct responsibility for the engineering design and production of work for multidisciplinary engineering and architecture projects. He has provided mechanical engineering and project management services on a wide variety of projects including condominiums and assisted living, educational, judicial, correctional, hospitality, retail, museum, healthcare, and telecommunication switch facilities. Mr. Farmer is skilled in the design of heating and cooling systems, redundancy systems, hydronic cooling and heating systems, and unique air distribution for new construction projects as well as renovations. He has significant experience in campuswide cooling/heating hydronic and steam distribution systems, ranging from 750-ton chiller and 50-hp central energy plants to 10,000-ton chiller and 1,600-horsepower (hp) plants, including utility distribution piping systems to multiple -building, campus -type facilities. Mr. Farmer provides production and/or oversight of mechanical engineering for multidisciplinary architecture -engineering projects. Mr. Farmer's experience includes: Fort Hood Unaccompanied Enlisted Personnel Housing Design -Build of Whole Barracks Complex and Upgrade to Central Chiller Plant, U.S. Army Corps of Engineers (USACE), Fort Worth, Killeen, TX. Mechanical Engineer. Mechanical engineer of record responsible for the overall mechanical engineering design of the barracks complex and associated chiller plant upgrade. Mechanical HVAC design included the addition of two 1,250-ton chillers/cooling towers with associated piping, pumps and controls. Barracks building included a 100 percent outside air unit with energy recovery incorporated with individual fan coils for each unit. Atkins provided engineering, architectural design, and construction services for a 174,400-square foot, three-story unaccompanied enlisted personnel housing (UEPH) barracks complex, demolition of three existing buildings, and upgrades to the central chiller plant. Complex included two -bedroom, one -bath dwelling units with a kitchen module for 480 single personnel. 'Ibis $32.4 million project provided optimum floor plan relationships in a residential environment, and meets the performance requirements to achieve LEED for New Construction, version 2.2, Silver level certification. BUILDER Building Condition Inspection Services, Los Alamos National Laboratory, NM. Mechanical engineer. Responsible for mechanical engineering oversight for building condition assessments. The program involves the use of BUILDER to store the component inventory and condition assessment of 13 building systems involving 981 buildings totaling 8.6M sf in this building portfolio. Inspections are being performed in classified, high -security areas. Region 3 Sustainable Infrastructure Assessments (SIA), AFCEC, Nationwide. Mechanical engineer. Oversaw mechanical aspects of SIAs at 10 USAF installations for more than 9,900 facilities and more than 26.6 million -square -feet across the southeastern and midwestern U.S. for this USACE Fort Worth task order. Local Experience { y� Cost -Effective Solutions Responsive Service 50 Tom Farmer, PE, LEED AP BD+C Page 2 a Real Property Master Plan Update, USMA West Point, NY. Mechanical engineer. Responsible for mechanical aspects of the master plan CIS, including requirement analyses, NEPA documentation, and an ADP. Developed site concept designs, framework planning, and transportation studies for all master planning documents/components. Plan provided direction for short- and long-range growth strategies, balancing the unique mission and historic heritage with future mission requirements. New Total Force Integration — F-22 Upgrade Munitions Complex, USACE, Hickam Field, HI. Mechanical engineer. Mechanical engineer of record responsible for the mechanical design including HVAC system design in accordance with ASHRAE Standard 90.1, USGBC LEED V2.2, and EPAct 2005, and included engineering/design review/performance of heating/cooling load calculations. Atkins provided full architecture -engineering (A-E) design services for the new construction of a Total Force Integration (TFI) F 22 upgrade munitions complex, located at Hickam Air Force Base (AFB) in Honolulu, Hawaii. This work was performed as a task order under a $62 million, five-year indefinite delivery, indefinite quantity (IDIQ contract with the National Guard Bureau for horizontal and vertical design. Specific services being provided by Atkins and its subconsultants include architectural and interior design, as well as structural, civil, and mechanical, electrical, and plumbing (MEP) engineering. Deliverables include construction plans and specifications, site analysis, cost estimates, and design submittals at 65-, 95-, and 100 percent completion. Work also includes plans and specifications related to site infrastructure, utilities, pavements, fire suppression, communications, intrusion detection system (IDS) and other security systems, and explosive siding. Regional Logistics Support Center Warehouse Phase Two, USACE, Seattle, Joint Base Lewis-McChord, WA. Mechanical Engineer. Served as Mechanical Engineer of Record responsible for the overall mechanical engineering design. Responsible for selecting cost effective solutions in conformance with the design requirements set forth by the RFP, a life cycle analysis was provided and utilized for the selection of the major mechanical components of the warehouse and associated support buildings. Atkins designed this 62,331-square-foot general purpose warehouse using tilt -up concrete wall construction, a distribution warehouse construction method proven by the commercial industry to be the fastest and most economical and to have the least risk for warehouse construction. The design complies with LEED Silver certification requirements while designing the HVAC system in accordance with ASHRAE Standard 90.1, USGBC LEED criteria (specific credits), and 30% greater efficiency than EPAct 2005. MacArthur Short Barracks Renovation and Modernization, U.S. MilitaryAcademy at West Point, NY. As senior mechanical engineer, assisted with mechanical basis of design, coordination among engineering disciplines, and QC of mechanical, plumbing, and fire protection design. Design incorporated new HVAC, electrical, and plumbing systems, while focusing on energy reduction/conservation. The project, which used MII and Revit, included design of new ductwork/infrastructure to fit in ceilings and accommodate tight floor -to -floor heights. To meet significant energy savings requirements, used dedicated outside air -air heat exchangers to recover energy from exhaust system. Over the facility life, significant cost savings will be achieved through the efficient mechanical systems. Net Zero Energy Improvements, U.S. Military Academy at West Point, NY. As senior mechanical engineer, validated heating/cooling loads and investigated design options to support energy conservation. Unique design solution to optimize energy savings/performance used closed loop geothermal system as heat transfer medium. Project used MII and Dr. Checks. Work included evaluation/design for a lake source heat pump system at Michie Stadium and Net Zero energy improvements at Land Maintenance Facility and Holleder Hall. Provided facility assessments, life -cycle cost analysis, and HVAC load analysis. Yielded a saving to investment ratio of 8.3, compared to baseline (existing) system. City Garage Ventilation Renovation Design -Build Request for Proposal Package Development, Pensacola, FL. Lead mechanical engineer and was responsible for the mechanical engineering design including the HVAC system design in accordance with ASHRAE Standard 90.1, USGBC LEED criteria (specific credits), and EPAct 2005. Atkins prepared a design/build request for proposal package for the design and construction of the renovation necessary to accommodate the new ventilation needs in the existing City of Pensacola vehicle maintenance facilities. Local Experience C `}, Cost -Effective Solutions Responsive Serviceii 9 51 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 0 0 a Firm Atkins Education > M.S., Construction Management, Florida International University > B.S., Civil Engineering, Nagarjuna University Certifications > Certified Estimating Professional, Association for the Advancement of Cost Engineering International, Certificate No. 059, 2008 Value Methodology Associate, SAVE International, Certificate No. 200905033, 2009 > Leadership in Energy and Environmental Design Accredited Professional, U.S. Green Building Council, 2009 Professional affiliations > SAVE International, AACE International Praveen Ommi, CEP, VMA, LEED AP Cost Estimating Praveen Ommi has 26 years of experience providing project control services for a variety of building, transportation, civil, and marine projects. Mr. Ommi has strong expertise in the use of estimating and scheduling software, including Micro - Computer -Aided Cost Engineering Systems (MCACES/MII), Primavera, and Microsoft Project. His project experience includes developing cost estimates and schedules from the conceptual stages of a project through final design; participating in value engineering studies, bid analysis, site adaptation, and guaranteed maximum price cost reviews; negotiating with contractors; and reviewing pay applications and change orders for cost and time extensions for various types of projects. Mr. Ommi's experience includes: Collier County CAT Transportation Center, Naples, FL. Lead cost estimator through architectural engineering design services for the $3.8 million renovation of existing administration and maintenance facilities and the new construction of a bus wash facility, a fuel station facility, and a fares collection room. The renovation of the administration facility consisted of Americans with Disability Act improvements to restrooms, stairs, and ramps, as well as the addition of a new elevator for access to the second floor. Lakeland Linder International Airport (LAL), Air Traffic Control Tower, Lakeland, FL. Lead cost estimator for the Federal Aviation Administration (FAA) contract tower program. Atkins provided A-E services for the design -bid -build of a new air traffic control tower at LAL. Services include programming, conceptual through final design, bidding support, and construction administration. Additional services have included preparation of an FAA airspace application and filing of Federal Communications Commission applications and Forms 854 and 601 to obtain communication frequencies. The tower was designed to comply with all state and local codes and regulations, as well as FAA contract tower guidelines. Page Field (FMY), Hangar Studies, Fort Myers, FL. Lead cost estimator for architecture -engineering design services for multiple studies through schematic design of general aviation hangars locations and buildings of 24,000-square-feet in size. Analysis included building core requirements, setbacks, operational clearances, and preliminary cost estimates. Tampa International Airport, Central Receiving and Distribution Center (CRDC) at Airport Logistics Facility, Tampa, FL. Lead cost estimator for this new $7.4 million CRDC. Responsibilities included final design, quality control, bidding, team coordination with consulting engineers; coordinating final permitting; and construction administration with owner, general contractor, and consulting engineers. Project design included a pre-engineered metal building housing the CRDC at 20,160 square feet and the 40,000-square-foot shell building for future expansion of the CRDC. Local Experience { C� Cost -Effective Solutions Responsive Service 52 Praveen Ommi, CEP, VMA, LEED AP Page 2 a Greater Orlando Airport Authority Continuing Cost Estimating Services, Orlando, FL. Project manager providing cost estimating and project controls services. Assignments have included developing planning and budgeting stage cost estimating services for various land - and airside site/civil, operational facilities, access roads, and terminal improvement projects totaling more than $60 million in construction costs. Kissimmee GatewayAirport (ISM), Air Traffic Control Tower, Kissimmee, FL. Lead cost estimator for the FAA contract tower program. Atkins provided design services of an 83-foot-tall, 3-position control tower to be located in the southeast quadrant of the airport. A new airfield lighting vault will be co -located with the control tower to include redundant emergency power sufficient to provide full back- up power to the control tower and aircraft lighting system. Miami International Airport, Miami, FL > American Airlines Admirals Club, renovations > Midfield area expansion, paving and drainage > Interim commuter terminal Hartsfield Jackson Atlanta International Airport, Development Program, Atlanta, GA > Non -licensed vehicle tunnel, cost estimate development > Taxiways W and Z, cost estimate development > Maynard Holbrook Jackson International Terminal, cost estimate development > 5th Runway, cost estimate development Air Force Bases, Federal, Various locations > Fort Wayne Air National Guard Station, aircraft shelters, Fort Wayne, IN > Moody Air Force Base, hangar, GA > MacDill Air Force Base, hangar, FL > Homestead Air Force Base, various projects, FL Palm Beach International Airport (PBI), Palm Beach County, FL. Administration and communications facility, cost estimate Other aviation projects > Aruba Airport, terminal expansion, Aruba > Fort Lauderdale -Hollywood International Airport, access roads improvements, FL > Henderson Executive Airport, improvements (civil), NV > Winter Haven Municipal Airport, new terminal, FL > Sarasota Bradenton International Airport, checkpoint expansion, FL Estonia -Norway, EA, PC, and DD 1391 U.S. Army Corps of Engineers (USACE), Europe. Lead cost estimator. Developed parametric DD 1391 cost estimates for six projects in Estonia and Norway. These complex projects required extensive coordination with the host nations, USACE officials, and local firms. Fueling systems, airfield pavement, and aircraft -ready shelters for M35s and NATO aircraft. Cost estimates had to account for extreme cold weather and climate conditions. Lead Louisiana Highway 1(LA 1) Connector Value Engineering (VE) Study, Louisiana Department of Transportation, Baton Rouge, LA. Team leader. The scope of the project includes the development of a connector route between LA 1 and Interstate Highway 10 west of the Mississippi River in West Baton Rouge Parish. The connector roadway will include an additional four -lane bridge over the Intracoastal Waterway. At the time of the VE study, the construction documents being developed by the design team were at the 95 percent preliminary stage, even as work was under way to update it to the 100 percent preliminary level of completion. The construction cost estimate at this stage of design indicated it would be delivered at a cost of approximately $115 million. During the VE workshop, the team developed 23 alternatives and 12 design suggestions. In addition, 17 alternatives were thoroughly explored, and it was determined they were neither cost effective nor technically feasible. Project Controls Services, Metropolitan Transit Authority of Harris County, Houston, TX. Principal -in - charge responsible for oversight of project controls services, including scheduling and cost estimating, for a multi -year task assignment on this 19.6-mile design -build light rail transit project with a value of $1.57 billion. All Atkins staff and subconsultants were located in Metro offices and served as an extension of Metro project controls staff for the project duration. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 53 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M 0 0 a Firm BWE Education > M.E., Project Management, University of Maryland > B.S., Civil Engineering, U.S. Air Force Academy Registrations > Professional Engineer Florida 68358, 2008 Certifications > Project Management Professional, 1203762, 2008 > Construction Training and Qualification Program, Quality Control Manager > CTQP Earthwork Construction Inspection, Levels I and II > CTQP Final Estimates, Level II > Florida Department of Environmental Protection, Stormwater, Erosion, and Sedimentation Control Inspector > FDOT Advanced Maintenance of Traffic Michael Ryan, PE, PMP Construction Services Michael Ryan has 20 years of construction oversight, program and project management, and facility operations management experience. His responsibilities include managing conventional engineering projects involving various elements such as right -of way surveys; regulatory approvals and permits; mitigation plans; cost estimating; scheduling; and construction phase services. Mr. Ryan organizes field observation and monitoring of contractors' substantial compliance with contracts so that project quality, cost control and established completion schedule are met by the contractor Mr. Ryan s experience includes: Construction Engineering and Inspection (CEI) Services for I-75 Widening from Harborview Road to Sumter Boulevard, Florida Department of Transportation (FDOT), District One, Charlotte and Sarasota Counties, FL. Senior project engineer for this $73 million I-75 widening project from Harborview Road to Sumter Boulevard, encompassing three financial project identification numbers. Work consisted of widening 15.5 miles of interstate to include four interchanges and the widening of 7 existing bridges and deck replacement on an existing bridge. Bridge work involved concrete pile foundations, prestressed American Association of State Highway and Transportation Officials (AASHTO), Florida "I" beams, and barrier wall construction. Work also included 1 mile of sound wall construction, asphalt paving, highway lighting, signing and intelligent transportation system (ITS) installation, signal installation, drainage pipe installations and pond construction. More notably, this project consisted of environmentally sensitive work zones, complex maintenance of traffic and detour operations, and coordination with adjacent road projects and working with multiple jurisdictional agencies. CEI Services for Collier Boulevard from Davis Boulevard to Golden Gate Canal and Davis Boulevard from Collier Boulevard to West of Radio Road, Collier County, FL. Senior project engineer responsible for contract administration, supervision of field inspection staff, and coordination with FDOT, Collier County, multiple engineers of record, several private utility owners, and two adjoining FDOT projects. This project is a joint participation agreement (JPA) between FDOT District 1 and Collier County and consisted of seven separately tracked funding sources and four engineers of record. This 2-mile project involved widening Collier Boulevard (SR 951) from 4 to 6 lanes and widening Davis Boulevard (SR 84) from 2-4 lanes. Additional components included the installation of a post - tension gravity wall under I-75; retaining wall; sound wall; pond blasting and excavation; 21,000 if of closed drainage; 12,0000-linear-feet of water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; drilled shaft; signalization; lighting; landscaping; and bridge improvements. CEI for Lee County MPO Complete Streets, Lee County, FL. Senior project engineer for this $10 million Transportation Investment Generating Economic Recovery (TIGER) grant project to connect three major portions of Lee County: the Tour de Parks Loop, the Local Experience Cost -Effective Solutions Responsive Serviceii J� 54 Mlchael Ryan, PE, PMP Page 2 a University Loop, and the Bi-County Connector. Together, the three segments form a combined system for walking, bicycling, and transit facilities that connect major commercial, residential, and recreational facilities, providing commuters, tourists, and others the freedom to safely move around Lee County. Major construction activities included the construction of two single -span pedestrian bridges, roadway widening and resurfacing, concrete and asphalt pathways, lighting and signalization. CEI and Related Services for US 41 and SR/CR 951 Intersection Improvements and 3R Improvements to SR 951, FDOT, District One, Collier County, FL. Senior project engineer responsible for overseeing CEI services, constructability review, value engineering, contract administration, inspection, and materials sampling and testing. FDOT JPA project grouping, which included the widening and realignment of the US 41/SR 951 intersection, an eight -lane intersection and one of Collier County's busiest locations. Major work activities included pond excavation, closed and open drainage improvements, water main, force main, and reuse main utility replacement, replacement of the intersection signalization, gravity wall, sidewalk, lighting, guardrail, and soundwall. The resurfacing project includes resurfacing approximately 3 miles of four -lane rural roadway, conversion of the existing span wire signal system to mast arms at two intersections, striped and signed bike lanes throughout the project, and bus stop enhancements at Manatee Road (northbound and southbound), with bus bays. SR 30 (US 98) From CR 372 (Surf Road) to South ofTower Road, FDOT, District'Ihree, FL. Senior project engineer. The improvements consist of the construction of a 10' shared use path on US 98, signing and pavement markings, and incidental construction. CEI Continuing Services for Districtwide Design -Build Pushbutton Contract, FDOT, District One, Central/West Florida. Mr. Ryan is providing consultant engineering and is the interim senior project engineer for the $16.7 million design - build push button program. He is key member of the project providing oversight from design scope development to final acceptance for the contract which is currently up to 65 projects. Services include reviewing and/or accepting CPM schedules, pay estimates, design submittals, scope development and final as-builts. Additional responsibilities include claim negotiation, long-term staffing level assessments, and coordination with local municipalities and utility owners. Projects include emergency signalization repairs, new signal installations, roundabout improvements, drainage improvements, roadway widening and resurfacing, pedestrian safety improvements, and rail crossing repairs. SR 30 (US 98) from Jefferson County Line to St. Marks River FDOT, District Three, FL. Senior project engineer for this milling and resurfacing project. Oversaw all aspects of the project. The improvements under this contract consist of milling and resurfacing, base work, shoulder treatment, drainage improvements, guardrail, highway signing and pavement markings. CEI for Manatee Operations Center, FDOT, District One, Bradenton, FL. Senior project engineer responsible for overseeing project inspection and providing liaison support to FDOT Facilities Management during project construction. The project included developing a 42-acre parcel into a consolidated operations center for FDOT in Manatee County. '1he center replaces the existing Sarasota Operations Center by consolidating 34 buildings into 10 with a total of 52,600 square feet. The operations center will provide maintenance of existing highways and bridges, as well as construction of new facilities in Sarasota and Manatee counties that continue to be high growth areas. Broad Causeway (SR 922) All -Electronic Toll Conversion, Town of Bay Harbor Islands, FL. This project consisted of converting the existing cash toll collection system to all -electronic tolling. Activities included overhead truss fabrication and installation, modification of travel lanes to facilitate all -electronic tolling, modification of drainage network, and demolition of existing canopies and structures over and within the travel lanes. Mr. Ryan was responsible for contract oversight, coordination of lab and material testing, estimate review and field documentation. Construction Engineering and Inspection for US 27 Widening from 5th Street to 7th Street, Glades County School District, Moore Haven, FL. Senior project engineer for milling and resurfacing and roadway widening along US 27. Additional improvements include turnout and driveway construction, minor drainage improvements, removal and replacement of concrete sidewalk and curb, and removal and installation of a new strain pole. This Glades County School Board project was funded through a JPA with FDOT. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 55 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 0 0 a Firm Atkins Certifications > Construction Training Qualification Program, Final Estimates, Levels I and II > FDOT QC Manager Training > CPN International, Radiation Safety and Use -Nuclear Gauges > Troxler Course for Use of Nuclear Gauges > Advanced Work Zone Safety Specialist > National Pollutant Discharge Elimination System Stormwater, Erosion, and Sedimentation Control Inspection > CLASS II Asbestos Work, 8-hour OSHA course Brian Kelley Construction Services Brian Kelley has 28 years of professional experience in the construction industry managing staff and project budgets, developing and reviewing monthly and final estimates, supporting negotiations with contractors related to contract changes, assessing contractor schedules, providing construction contract administration and construction engineering, and supervising inspection teams. His construction engineering and inspection administrative duties have included coordination of project issues and challenges, scope changes, and contractor payments Mr. Kelly's experience includes: Construction Engineering and Inspection (CEI) Services for I-75 Widening from Harborview Road to Sumter Boulevard, Florida Department of Transportation (FDOT), District 1, Charlotte and Sarasota Counties, FL. Project administrator for the $73 million I-75 widening, responsible for all aspects of CEI services, including maintaining the required level of surveillance of contractor activities; interpreting plans, specifications, and special provisions for the construction contract; maintaining complete, accurate records of all activities and events relating to the project; and properly documenting all project changes. Work involved widening 15.5 miles of interstate to include four interchanges, widening of seven existing bridges, and deck replacement on an existing bridge. Bridge work involved concrete pile foundations, prestressed American Association of State Highway and Transportation Officials (AASHTO) Florida I -beams, and barrier wall construction. Work also included 1 mile of sound wall construction, asphalt paving, highway lighting, signing and intelligent transportation systems (ITS)installation, signal installation drainage pipe installations and pond construction. This project included environmentally sensitive work zones, complex maintenance of traffic and detour operations, and coordination with adjacent road projects and with multiple jurisdictional agencies. Palomino Lane Roadway Improvements CEI Services, Lee County, FL. Project administrator responsible for all aspects of CEI services including maintaining the required level of surveillance of contractor activities; interpreting plans, specifications, and special provisions for the construction contract; maintaining complete, accurate records of all activities and events relating to the project; and properly documenting all project changes. General Engineering Consultant (GEC) Services, FDOT, District Two, Northeast FL. Participated in three value engineering studies and has performed numerous plan reviews for the Electronic Review Comments process. Work is in support of a GEC contract, held by Atkins since 2008, to provide a wide range of engineering, architecture, technical, management, and administrative services in support of District Two transportation projects. Local Experience { y� � Cost -Effective Solutions Responsive Service 56 Brian Kelley Page 2 Basin 101, Collier County, FL. Project manager of this 10- year project to replace water mains, wastewater lines, and storm sewer, along reconstructing roadways in Naples Park. SR 84 (Davis Boulevard) from Santa Barbara Boulevard to Radio Road, FDOT, District One, Collier County, FL. Project administrator for this $10.4 million project that consisted of 1.4 miles of roadway widening to six lanes, including 28,000 linear feet of drainage curb and gutter, sidewalks, bike lane, lighting, guardrail, and sound wall. This contract was a full pay item contract. SR 80 Widening from West of Veronica Shoemaker Boulevard to Newyork Drive, FDOT, District One, Lee County, FL. Responsible for construction engineering and inspection services for this 1.62-mile, $533,000 widening project that consisted of base work, asphalt operations, signing and pavement markings, curb and gutter, concrete traffic separators, addition of median turn lanes, sidewalks, and street lighting. SR 80 Widening (Palm Beach Blvd.) from West of Veronica Shoemaker Boulevard to NewYork Drive, FDOT, District One, Lee County, FL. Project 0 administrator for this 1.62-mile, $533,000 widening project that consisted of base work, asphalt operations, signing and pavement markings, curb and gutter, concrete traffic separators, and addition of median turn lanes. SR 45 (US 41) from SR 78 to Littleton Road, FDOT, District One, Fort Myers, FL. CEI project administrator for this $2.2 million roadway improvements project that consisted of milling and resurfacing, signing and pavement marking, signalization, widening, shoulder treatment, drainage improvements, guardrail, sidewalks, curb and gutters, and lighting on SR 45 (US 41) from SR 78 northerly 1.986 miles to a point approximately 1 mile north of Littleton Road in Fort Myers. This lump sum contract included only one pay item. SR 82 from Sunshine to Columbus, FDOT, District One, Lee County, FL. Project administrator for this 85 million roadway improvements project that consisted of milling and resurfacing, widening, base work, shoulder treatment, guardrail, drainage improvements, and signing and pavement markings on SR 82 west of Sunshine Boulevard easterly 7.523 miles to west of Columbus Boulevard. This lump sum contract included only one pay item. Rattlesnake Hammock Road from PollyAvenue to Collier Boulevard, Collier County, FL. CEI project administrator for this $24.3 million roadway improvements project that involved 2 miles of roadway widening to six lanes including curb and gutter, sidewalks, and a 10-foot shared pathway. The project also included the relocation of water and sewer mains, construction of 2,800 feet of box culvert, 947 feet of noise wall, and a new signal at the intersection with Collier Boulevard. SR 80 Design -Build from Hickey Creek to Hendry County Line, Lee County, FL. Project administrator for 6 miles of roadway widening from two lanes to a four -lane divided roadway. SR 90 (US 41), Rattlesnake Hammock to Barefoot Williams Road, FDOT, District One, Collier County, FL. Office engineer responsible for the coordination of related construction activities; preparation of weekly project engineer reports, monthly and final pay estimates, and supplemental agreements and work orders; CQR data input; and maintenance of all log books. SR 90 (US 41), Rattlesnake Hammock to Airport Pulling Road, FDOT, District One, Collier County, FL. Roadway inspector responsible for coordination of related construction activities, maintaining density log book and field books, pipe inspection and testing, asphalt testing and inspection, concrete testing, soil testing, steel inspection, engineer menu data input, CQR data input, and assisting the project engineer in assembling final estimates. Purple Line, Maryland Transit Administration, Baltimore, MD. Assisted document control manager with developing and implementing document control procedures. Efforts supported design -build construction of a new 16.2- mile east -west light rail transit line between Bethesda and New Carrollton in Maryland, including a total of 21 stations/platforms, along with two operations and maintenance facilities designed to meet Leadership in Energy and Environmental Design Silver certification requirements. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 57 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M 0 0 a Firm Atkins Certifications > Advanced Maintenance of Traffic > Asphalt Plant Inspection, Level I > Asphalt Paving Technician, Level I > Earthwork Construction Inspection, Levels I and II > Construction Training Qualification Program, Concrete Field Technician, Level I > International Municipal Signal Association, Signals, Level I Tomasz Trebacz Construction Services Tomasz Trebacz has 20 years of construction engineering and inspection (CEI) experience in the construction industry. As an inspector/field representative for Atkins' southwest Florida construction services division, he is responsible for technical engineering inspection and materials testing and sampling. His responsibilities also include inspection of drainage, paving, pavement markings, lighting, and signalization. Mr. Trebacz experience includes: Marco Island Executive Airport (MKY), New General Aviation Terminal and Associated Landside Improvements, Naples, FL. Senior inspector for this $9 million project to construct a new 16,000-square-foot terminal with associated landside improvements. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. MKY, Existing Terminal Obstruction Removal and Apron Expansion, Naples, FL. Senior inspector for this $4 million project to demolish the existing terminal building which will alleviate safety concerns for aircraft operating on Runway 17- 35 and Taxiway Alpha. In addition to apron ramp space replacing the existing terminal building footprint, this portion of the project, funded by Federal Aviation Administration (FAA) grants, will also include the expansion of the existing aircraft apron to the west and south. This project also involves airside elements including the relocation of Taxiway Bravo and associated airfield lighting, demolition of the existing Taxiway Bravo and apron, airfield drainage improvements, and the permitting of various project elements. > Nuclear Radiation Safety CEI Services for US 41 Medians Landscaping Upgrades, Village of Estero, FL. Training Course Senior inspector for the removal of existing landscaping and installation of new > Industrial Testing Services landscaping and irrigation in 25 median sections of US 41 in Estero. Magnetic Particle Inspection, CEI Services for SR 867 (McGregor Boulevard), Drainage, Lighting, Level II Signalization, and Sidewalks, Florida Department of Transportation (FDOT), District One, Lee County, FL. Senior inspector for drainage modifications, signals modifications, street lighting installation, sidewalk installation, intersection milling and resurfacing, and roadway pavement striping. Inspection Services for Driveways Replacement, City of Cape Coral, FL. Senior inspector on this project that involved the replacement of various driveways as part of the City of Cape Coral's water mains installation project. CEI Services for Pinecrest Elementary SRTS Safety Sidewalk, FDOT, District One, Collier County, FL. Senior inspector for this project that involved adding sidewalks and drainage on streets in the vicinity of Pinecrest Elementary School in Immokalee. Local Experience Cost -Effective Solutions Responsive Serviceii J� 58 Tomasz Trebacz Page 2 a CEI Services for SR 78 (Pine Island Road) Bike Lane Addition, FDOT, District One, Lee County, FL. Senior inspector for this widening and addition of bike lanes to eight right turn lanes on Pine Island Road from Chiquita Boulevard to Santa Barbara Boulevard, milling and resurfacing, signs and light poles replacement, and thermoplastic striping. CEI Services for SR 884 (Colonial Boulevard), Multi - Use Path, FDOT, District One, Lee County, FL. Senior inspector for the construction of a multi -use path along Colonial Boulevard from Metro Parkway to Veronica Shoemaker Boulevard, drainage improvements, pavement markings, and sign installation. CEI Services for SR 78 Milling and Resurfacing, FDOT, District One, Glades County, FL. Senior inspector for the milling and resurfacing of approximately 9 miles of two- lane roadway, guardrail resetting, signs replacement, and thermoplastic striping. CEI and Related Services for US 41 & SR/CR 951 Intersection Improvements and 3R Improvements to SR 95, Collier County, FL. Lead senior inspector responsible for overseeing activities performed by the inspectors and verifying contractor compliance with the project plans and specifications. lhis $28 million FDOT joint participation agreement (JPA) project grouping involved widening and realignment of the US 41/SR 951 intersection, an eight - lane intersection and one of the busiest in Collier County. Major work activities included pond excavation, closed and open drainage improvements, water main, force main, and reuse main utility replacement, replacement of intersection signalization, gravity wall, sidewalk, lighting, guardrail, and soundwall. The resurfacing (3R) project included resurfacing approximately 3 miles of four -lane rural roadway, conversion of the existing span wire signal system to mast arms at two intersections, striped and signed bicycle lanes throughout the project, and bus stops enhancements at Manatee Road (north- and southbound) with bus bays. SR 84 and CR 951 Improvements CEI Services, Collier County, FL. Senior inspector for this project, a JPA between FDOT District One and Collier County, which consists of seven separately tracked funding sources and four engineers - of -record. The 2-mile project involved widening Collier Boulevard (SR 951) from four to six lanes and widening Davis Boulevard (SR 84) from two to four lanes. Additional components include the installation of a post -tension gravity wall under I-75; retaining wall; sound wall; pond blasting and excavation; 21,000 linear feet of closed drainage; 12,000 linear feet of water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; drilled shaft; signalization; lighting; landscaping; and bridge improvements. Lely Manor West Outfall (North and South) CEI Services, Collier County, FL. Senior inspector responsible for oversight and verification of construction activities; coordination among owners; and review of submittals, requests for information, change orders, and payment applications. This project involved CEI services for improvements to the Lely Manor West outfall (north and south). Services included field testing verification, validation of monthly and final estimates, monitoring of environmental protection and permit compliance, preparation of daily reports, enforcement of maintenance of traffic, detailed constructability review of plans as needed, and coordination of biweekly work status meetings. The project included reconstructing approximately 8,000 linear feet of existing canal with a varying canal width of 86 feet to 160 feet and creating a 6.5-acre spreader lake. Additional activities included the installation of concrete -filled articulating concrete mat, weir structures, riprap, and maintenance berms. 'the outfall canals contribute to the Rookery Bay an official Florida waterway, and therefore, turbidity monitoring and salinity monitoring during dewatering operations were critical. CEI Services for Lee County Incident Management System, FDOT, District One, Lee County, FL. Served as an inspector for this federally funded, design -build project, which involved CEI services for the design, installation, and integration of highway advisory radio stations, dynamic message signs with drilled shaft installation, dynamic trailblazers, closed-circuit television cameras, vehicle detection stations, road weather information stations, wireless communications, and bridge -mounted and subsurface fiber optic cable. Services included field testing verification; system testing and integration; validation of monthly and final estimates; preparation of daily reports; enforcement of maintenance of traffic; detailed constructability review of the Phase II, III, and IV plans; and coordination of monthly design meetings and biweekly construction status meetings. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 59 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M 0 a Firm Atkins Education > M.S., Mechanical Engineering, University of Central Florida > B.S., Mechanical Engineering, University of Central Florida Registrations > Professional Engineer Florida 52801, 1998 Certifications > Certified Stormwater Operator, National Pollutant Discharge Elimination System Scott Wesson is a senior water resource engineer with 28 years of experience in the areas of state and federal environmental permitting, surface water management system design, hydraulic modeling, and project and program management experience. As a senior water resource engineer, Mr. Wesson manages the water resource groups in the Orlando, Tallahassee, Jacksonville, and Ft. Lauderdale offices. His experience includes a variety of design and computer modeling of stormwater management systems, roadway drainage design, site civil design, drainage and flooding studies, nutrient loading analysis, general engineering consultant (GEC) support, value engineering, environmental/drainage permitting, construction management, review and inspection. Mr. Wesson provides support to Florida Department of Transportation (FDOT), South Florida Water Management District (SFWMD) and Central Florida Expressway Authority (CFX) through various GEC programs. Mr. Wesson s experience includes: SR 429 (Wekiva Parkway) Section 8 Line and Grade, FDOT, District Five, DeLand, FL. Serving as drainage project manager and engineer of record responsible for pond design and permit application for the 15 percent final design of the systems interchange between Interstate 4 and SR 429 (Wekiva Parkway). This project provides 1.25 miles of new SR 429 (Wekiva Parkway) alignment, realigns and widens nearly 2 miles of Interstate 4, 1 mile of SR 417, 1.5 miles of collector -distributor (C-D) roads, 0.5 miles of 4-lane urban arterial roadway, and 18 interchange ramps including 2 third -level flyovers. The project also includes 7 new or expanded stormwater ponds, two signalized intersections, and established the required limited access right-of-way. Deliverables include construction plans inclusive of typical sections, roadway plan and profiles, pond and drainage details, cross sections, project and interchange layouts, signaled intersection layouts, and structures (bridge, retaining wall and noise barrier wall) sheets and submittal of the Environmental Resource Permit application to FDEP. US 27 Interchange at SR50, Design -Build, FDOT District 5, Lake County, FL. As the drainage project manager and engineer of record, Mr. Wesson provided drainage design, construction engineering support and secured a permit modification from SJRWMD. The project consists of replacing the existing interchange with a new cloverleaf interchange along with collector -distributor roads on US 27. Key drainage improvements from the concept plans include removal of a 40-inch-deep man -hole, re- design of the four (4) dry interchange ponds to accommodate additional offsite area not considered, and removal and replacement of a pipe along SR 50 which would had the potential to cause flooding if not replaced due to unchecked minor losses. Sabal Trail Transmission. As project manager, Mr. Wesson designed the stormwater management systems for 7 compressor station and metering facilities across 6 counties in Florida associated with a $3.2 billion, 516 mile natural gas pipeline. Mr. Wesson obtained the ERP (Environmental Resource Permit) from the FDEP Florida Local Experience { y� Cost -Effective Solutions Responsive Service 60 Scott Wesson, PE Page 2 M 0 0 a Department of Environmental Protection which included development of construction plans, and associated calculations. The project also required a pollutant loading analysis and development of erosion and sediment control plans and Stormwater Pollution Prevention Plans for all seven sites. Gulf and Mountaineer Xpress Project. As project manager, Mr. Wesson designed the drainage and floodplain mitigation plans as well as the Stormwater Pollution Prevention Plans (SWPPP) for ten greenfield compressor stations located in Kentucky, Tennessee, West Virginia and Mississippi associated with a natural gas pipeline. The project also required designing Erosion and Sediment Control (E&SC) Plans and providing construction engineering support for all ten sites. WATERSS Process Development, FDOT OEM Central Office, Tallahassee, FL. As the deputy project manager, Mr. Wesson provided technical support and guidance in the development of an entirely new process of addressing water quality associated with the development of transportation facilities for FDOT. The Watershed Approach to Evaluate Regional Stormwater Solutions (WATERSS) processwill help FDOT facilitate innovative and cost-effective solutions to stormwater management for future transportation projects. The project consists of develops a decision support process, along with supporting guidance and tools, which will assist the Florida Department of Transportation to plan, design, and implement collaborative and efficient stormwater management practices for future transportation projects. City ofAltamonte Springs - Orienta Avenue Improvements. Mr. Wesson was a project engineer on the project which provided continuous pedestrian access with full ADA compliance on both sides of Orienta Avenue between Maitland Avenue and Ronald Reagan Blvd and from the Rail Road R/W to Robin Road on the East The project includes improvements to existing sidewalks, the addition of new sidewalk, roadway reconstruction and resurfacing, curb and gutter additions, drainage features. A permit exemption was obtained by maintaining existing drainage patterns and discharge points. The project included the preparation of final construction drawings, construction specifications, and a construction cost estimate. TM Econ Mitigation Bank Hydrologic Restoration. As engineering project manager, Mr. Wesson designed wetland restoration components and hydrologic improvements including ditch blocks, regrading or removal of the built-up road, debris removal and restoration to natural grade, subgrade stabilized low water crossings, subgrade erosion and sediment control for a 1200 acre mitigation bank. The Team prepared bid specifications and plans for construction and work activities associated with the mitigation bank permit for Phase IV. The Team oversaw and inspected all of the construction and work activities, hydrologic monitoring, Exotic/Nuisance species monitoring, and fuel management plan. Okeechobee Landfill North Borrow Pit Wetland Creation/Restoration Engineering. As the project manager, Mr. Wesson designed the 87.5-acre North Borrow Mitigation project for Waste Management Corporation at the Okeechobee Landfill. This mitigation design included the creation of 9 acres of forested wetlands, 16 acres of shallow marsh, 5 acres of deep freshwater marsh, and 2 acres of deepwater open habitat, as well as the enhancement of 11 acres of freshwater marsh and forested wetland. In addition, 46.5 acres of forested and marsh wetlands were preserved. This mitigation was designed to enhance the existing wetland features and previous mitigation projects by creating a wildlife corridor between two forested systems. SFWMD Structure S-39A, Palm Beach County, FL. Project engineer. Oversaw the development of construction plans and construction engineering support for the replacement of the existing S-39A structure with a double barrel 10-ft by 8 ft cast -in -place box culverts. The proposed structure has a design discharge of 700cfs and is equipped with automated slide gates and platform and is operated from a precast control building. The gates can be operated to allow flow in either direction to regulate the water level in the north half of the L-36 borrow canal. The control building provides data collection and control systems as well as emergency backup generator. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 61 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Firm Atkins Education > M.A., Natural Resources and Environmental Management, Ball State University > B.G.S., Natural Resources & Env. Mgmt. (Minor: Native Am. Studies), Ball State University Certifications > Certified Environmental Consultant, Indiana Department of Transportation/ Federal Highway Administration, 2002 > Hazardous Waste Operations and Emergency Response Standard Certification (HAZWOPER) Jason Hignite Planning/National Environmental Policy Act (NEPA) Jason Hignite has more than 25 years of professional experience in environmental sciences and regulatory compliance, both in the United States Navy and as a civilian consultant. He has completed environmental projects throughout the eastern half of the United States. Mr. Hignite has over 15 years of planning and policy experience for various airports, various state departments of transportation, the Department of Defense, the Federal Communications Commission, the U.S. Department of Housing and Urban Development, and the U.S. Postal Service. Furthermore, educated in natural resources and trained in hazardous materials (HAZMAT) management, Mr. Hignite has carved a rare niche of dealing with HAZMAT issues in sensitive natural environments. He also has experience in stormwater management, spill response planning, environmental site assessments, wetland and riparian studies and permitting, mitigation design and implementation, monitoring, watershed assessments and management plans, and habitat assessments. Mr. Hignite is a member of the National Association of Environmental Professionals, and has previously spent years on the environmental committees of the Florida Airports Council, the American Association of Airport Executives, the Aviation Association of Indiana, and the Airport Consultants Council (2 years as Environmental Committee Chair). Mr. Hignite's project experience includes: Lakeland Linder Regional International Airport (LAL), Disadvantaged Business Enterprise (DBE) Program, Lakeland, FL. Project manager responsible for preparation of Lakeland DBE program. 'Ihe project involves the development of a plan to ensure that Florida -certified DBE vendors in the area have an equal opportunity to receive and participate in contracts. Treasure Coast International Airport (FPR) and Business Park, Fort Pierce, FL. Technical manager responsible for facilitating internal tasks and coordinating subcontractor tasks. the project involves an update to the airport's master plan and airport layout plan. Airport Master Plans, Environmental Overview and Data Gathering, Nationwide. Task manager. Managed the environmental portion of all airport mastering plan documents. Federal Aviation Administration (FAA) guidance requires a "NEPA-wise" assessment of environmental issues during the master planning phase. A majority of the data acquired for these tasks was from secondary sources (i.e. National Wetland Inventory Maps, Federal Emergency Management Agency flood mapping, etc.). Also involved in data gathering including surveys regarding critical aircraft and operations, safety, user commitments, and land use compatibility. As project manager tasks included project scoping, management of sub -consultants, agency coordination, documentation, and client meetings. Local Experience { y� Cost -Effective Solutions Responsive Service 62 Jason Hlgnite Page 2 a Front Range Airport (FTG), Environmental Scoping, Denver, CO. Task manager. Assisted the staff at Front Range Airport to develop a scope for completing the NEPA process for the impacts associated with increasing the load capacity of their primary runway. Monroe County Airport, Wildlife Management Plan, Bloomington, IN. Project manager. Prepared the Wildlife Management Plan for the Monroe County Airport in response to their Wildlife Hazard Assessment Report. Report provided plans for dealing with large bird and large mammal issues at the airport. Species of focus included Canada geese, whitetail deer, and coyotes. Nashville International Airport, General Aviation Expansion, Environmental Assessment, Nashville, TN. Project manager. Developed an environmental assessment short form for the expansion of the general aviation apron and ancillary facilities. A Finding of No Significant Impacts (FONSI) was issued within 9-months of the initiation of the project. Project manager tasks included project scoping, development of project purpose and need, alternatives analysis, facilitation of all field work, management of sub - consultants, agency coordination, documentation, and public outreach. Terre Haute International Airport (HUF), Safety and Development Project, Environmental Assessment, Terre Haute, IN. Project manager. Safety concerns necessitated the removal of a co -located threshold of Runways 14-32 and 18-36. Development of new facilities (hangars and T-hangars) were also needed due to increase operations and storm damage to existing facilities. Project manager tasks included project scoping, development of project purpose and need, alternatives analysis, facilitation of all field work, management of subconsultants, agency coordination, documentation, and public outreach. Salem Municipal Airport, Improvement Project, Environmental Assessment, Salem, IN. Project manager. Operational needs of the airport far surpassed the facility specifications and a longer runway was needed for larger aircraft. A runway extension was not feasible due to rare ecological features (sinkhole swamps) near the end of the runway. A gap analysis was performed in the area surrounding the airport. A location was found for an entire new airport that incurred minor impacts. As project manager, tasks included project scoping, development of project purpose and need, alternatives analysis, facilitation of all field work, management of sub -consultants, agency coordination, documentation, and public outreach. White County Municipal Airport, Improvement Project, Environmental Assessment, Monticello, IN. Project manager. Operational demands were in excess of the runway specifications of the existing facility and significant environmental features to the south of the facility limited viable alternatives to a northern extension. Further, siltation of Lake Freeman was being blamed on the airport; extensive sediment transport and erosion assessments were performed to debunk the claims. The Natural Resources Conservation Service and County Drainage Board concurred with the findings. Project manager tasks included project scoping, development of project purpose and need, alternatives analysis, facilitation of all field work, management of sub - consultants, agency coordination, documentation, and public outreach. Lima Allen CountyAirport, Improvement Project, Environmental Assessment, Lima, OH. Project manager; tasks included project scoping, development of project purpose and need, alternatives analysis, facilitation of all field work, management of sub -consultants, agency coordination, documentation, and public outreach. Operational demands exceeded the runway specifications of the existing facility. Naval Air Station Oceana Wetland Permitting and Mitigation, Virginia Beach, VA. Project manager. NEPA documentation and permitting was required for a runway pavement rehabilitation project at the air station. Since the project occurred during a time of international conflict, a very strict timeline was imposed in which the air field could be closed to facilitate the project. the NEPA document and permitting ran concurrently. An early stakeholder meeting established the need for aggressive coordination. "The Categorical Exclusion and Joint Permit (Individual) was both completed within 90 days of Notice to Proceed. Project manager tasks included project scoping, facilitation of all field work, management of sub -consultants, agency coordination, documentation, and stakeholder outreach. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 63 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP M 0 0 a Firm Atkins Education > B.L.A., Landscape Architecture, Louisiana State Harry Belton, RLA Landscape Architect Harry Belton has 39 years of landscape architecture experience in south Florida. During this time, he has been responsible for providing a wide range of landscape architecture services on a variety of projects. This experience includes commercial development of retail space, offices, and hotels; urban renewal projects; government facilities design; transit projects; streetscape designs; and highway landscape, as well as the layout and design of parks and recreational facilities, coastal and waterside parks, landfill conversions, and greenway and trail systems. Mr. Beltons experience includes: University Fort Lauderdale -Hollywood International Airport (FLL), Expansion of Runway! Registrations/licenses TOR 28L, Fort Lauderdale, FL. Served as lead designer for the reestablishment > Registered Landscape Architect of airport landscape after the construction of a new runway spanning across US 1. Florida LA0000900, 1983 This included southern buffer areas as well as complete landscape design of vehicular entry and egress of the airport facility. It also acted as mitigation plan for a large tree Professional affiliations removal activity necessary for the construction of the new runway. The project involved > Florida Urban Forestry Council coordination between Broward County Aviation, Broward County Environmental > American Society of Landscape Protection, and the Florida Department of Transportation (FDOT). Emphasis was Architects, Broward Section placed on providing a tourist destination, resort quality landscape that met tree removal Chair permit mitigation requirements, airport maintenance abilities, and necessary aviation restrictions for security and wildlife attraction avoidance. AIA Greenway Oakland Park Boulevard to Flamingo Road, FDOT and the Broward County Metropolitan Planning Organization, Fort Lauderdale, FL. Served as lead urban designer for this joint project between FDOT and Broward County Metropolitan Planning Organization to provide enhanced pedestrian and bicycle facilities as well as expanded urban tree canopy along this iconic roadway. The current 6-lane standard facility is being narrowed to two lanes in each direction that have been further reduced to minimal lane width. This will free up 32 feet of right-of- way for expanded sidewalks, bikeways, and extensive street tree plantings. The result will be a more pedestrian friendly and environmentally sustainable public space that will be attractive to users and customers of the adjacent businesses. The principal expression of the design will be to maintain the prevailing character and appearance of Fort Lauderdale Beach and extend it north to the city limit. It will incorporate wave walls, pilasters, specialty paving, and decorative street lighting of similar themes represented at the south end of the beach to provide continuity within this city corridor. It will also incorporate a shady, relaxed, tropical theme in keeping with the neighborhood and the city's character. Lauderdale-by-the-SeaAIA Enhancement Project, Town of Lauderdale -by - the Sea, FL. Senior landscape architect for this Local Agency Program (LAP) project. It was a scenic highway landscape and multimodal beautification project. Work included coordination efforts between the Town of Lauderdale -by -the -Sea, FDOT, and Broward County Transit. Main elements were the addition of transit stop Local Experience Cost -Effective Solutions Responsive Serviceii J� 64 Harry Belton, RLA Page 2 a improvements and gateway elements that comprised specialty paving, street furnishings, and architectural accents. These enhancements were designed to provide a refined cohesive style to the corridor while promoting the character and image of the town. Street tree plantings completed the overall theme of a relaxed, charming, and tropical seaside community. Scope also included the production and presentation of graphic exhibits for public meetings, design development meetings with Town staff, site analysis, conceptual design of hardscape and landscape elements and details, complete construction document and specification production, and provision of FDOT submittal and LAP procedures. Coconut Creek Education Corridor, City of Coconut Creek, FL. Served as lead landscape architect, responsible for providing conceptual design direction, theming, and landscape and hardscape design and construction documents for this project to transform a major roadway arterial into a multimodal transit corridor that serves several educational institutions. South Pointe Park Pier, City of Miami Beach, FL. As lead landscape architect, was involved with development of the pier conceptual form and design as well as its aesthetics and served as lead designer for the park's beach access components and associated design. As part of the pier design team, provided direction for the design character as well as how to facilitate recreational uses of fishing along with general casual use. The design character of the pier was a reflection of the city's mid-century modern iconic qualities and a continuation of the park's design and materials. A beach access plaza associated with the pier was also a continuation of this character with the addition of extensive coordination with state and local environmental agencies. Elements included landscaping, hardscape, and site furnishings as well as contract administration and landscape architecture services. Judge Arthur I. Snyder Tennis Center, North Miami Beach, FL. Served as senior landscape architect for this project. Atkins' responsibilities were full master park planning services, architectural design for a new tennis clubhouse, landscape architecture, civil engineering, and ecological science services for the site development of this extensive tennis complex and city park. Cost estimating was also provided at the master plan level to support the City's effort with regard to budgetary and funding issues. Design -Build of the U.S. Southern Command (SouthCom) Headquarters, Doral, FL. Served as lead landscape architect responsible for producing the site development plans that included landscape architectural elements and designs. The design was developed to respect and enhance all security needs and antiterrorism -force protection zones. The landscape also worked to provide users with a suitable working environment that respected sustainable design principles. Specific design responsibilities included earthwork, fencing, landscaping, and irrigation design efforts and elements. Patrick Air Force Base, Air Force Technical Applications Center, Satellite Beach, FL. Provided landscape architectural services for construction of a 27-acre technical center complex for the Department of Defense. Design efforts had to take into account all military base security requirements and special needs for the tolerance of prop wash impacts. Also of concern were the environmental conditions of the project area, located next to the ocean on a barrier island. Design elements included hardscape layout, landscape planting, irrigation, and site furnishing design. Delray Gateway, Delray Beach Community Redevelopment Agency, Delray Beach FL. As part of an overall redevelopment of downtown Delray Beach, serves project was the gateway on the western edge consisting of two small parks on either side of Atlantic Avenue at I-95. The main component involved six 40-foot art pieces representing the culture and heritage of Delray Beach. These sculptural pieces were set in a green space of undulating earthworks with a backdrop of lush tropical plantings. Each space terminates on the eastern end with an oversized representational beach dune sand fence with stainless steel pickets. This was a complex collaborative effort with the City, artist, FDOT landscape architects, structural engineers, and specialty fabricators. Responsible for landscape architectural design, FDOT coordination, construction inspections, and final project management. Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 65 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 0 a Firm Tierra Sierra Florida, Inc. (DBE) Education > M.S., Geotechnical Engineering, University of Memphis > B.S., Civil Engineering, Christian Brothers University > Diploma in Electronic Engineering, Malaysian Air Force Institute Registrations/licenses > Professional Engineer Florida 53567 Kevin Scott, PE Geotechnical Kevin Scott has more than 17 years of experience in geotechnical investigation and evaluation for roadway and bridge design, industrial, landfill, borrow sites, commercial, high rise, and residential projects. His experience includes shallow and deep foundation analyses, retaining wall design, settlement analyses, and pavement evaluation. In addition to his geotechnical experience, Mr. Scott has also provided project management and project consulting services for construction materials testing and inspection projects including high-rise, industrial, roadway, commercial, and residential projects. Mr. Scott's experience includes: Sarasota Bradenton International Airport: Construct North Quad Access Roadway Tampa Executive Airport: Fire Suppression Tank Rehabilitation > Punta Gorda Airport: Rehabilitation of Runway 15-33 > Wauchula Airport: Automated Weather Observing System 2 (AWOS-II) > St. Pete -Clearwater International Airport: Runway 18-36 Rehabilitation > LaBelle Municipal Airport: Airport Rehabilitation > Brooksville Tampa Bay Regional Airport: Apron and Access Road > LaBelle Municipal Airport: Rodeo Drive Access Road and Drainage > Water Well Contractor Improvements Florida 11346 > Brooksville Tampa Bay Regional Airport: Taxiway B Rehabilitation Certifications > Albert Whitted Airport: Shade Hangars 15 and 16 and Shifted Driveway > Certified OSHA Supervisor > St. Pete -Clearwater International Airport: Taxiway Rehabilitation, Phase 2 > Certified Environmental > Albert Whitted Airport: Taxiway C Rehabilitation Consultant > St. Pete -Clearwater International Airport: New Maintenance Facility > Peter O. Knight Airport: Runway 4-22, Taxiway and Apron Pavement Rehabilitation > Wauchula Municipal Airport: Rehabilitate, Mark, and Light Runway 18-36 > St. Pete -Clearwater International Airport: Taxiway T, Phase 2 > Tampa International Airport: Airfield and Roadway Pavement Rehabilitation > Hernando County Airport: Entrance Road Improvements > Albert Whitted Airport: Hangar Developments > Wauchula Municipal Airport: Hangar Access Road > St. Pete -Clearwater International Airport: Terminal Hardstand Expansion, Phase 2 > St. Pete -Clearwater International Airport: Gates 7-10 Holding Areas, Terminal Improvements > St. Pete -Clearwater International Airport: Remote Parking Lot Expansion > Tampa International Airport: Asphalt Pavement Rehabilitations Tug Tunnel Local Experience { y� � Cost -Effective Solutions Responsive Service ii J� 66 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Firm E.F. Gaines (DBE) Education > A.A., University of Florida > Coursework in Surveying, University of Florida > Coursework in Geography, University of South Florida Registrations/licenses > Professional Surveyor and Mapper Florida 4576, 1998 Elizabeth Gaines, PSM Surveying/Subsurface Utility Engineering (SUE) Elizabeth Gaines has more than 30 years of experience in boundary, hydrographic, topographic, and construction surveys, with the last 22 years managing business, personnel, and projects. She has supervised multiple field crews and survey technicians. She has been in responsible charge (division manager) of survey operations for a regional office of an Engineering News -Record Top 500 design engineering firm. In 2001, Ms. Gaines established E.F. Gaines and serves as its president. Ms. Gaines' professional experience includes managing a wide variety of surveying projects throughout southwest Florida. She has performed boundary, topographic, route, mean high water, and erosion control line surveys; prepared subdivision plats and condominium exhibits; coordinated construction layouts; and performed geographic information systems (GIS) support services. The types of projects she has provided these services for include roadway and utility design projects; projects involving designs for schools, parks, municipal buildings, and airports; residential and golf course communities; and stormwater management maps and property appraisal maps (GIS projects). Ms. Gaines' experience includes: Professional affiliations Continuing Contract, Naples Municipal Airport, Naples, FL. Provided topographic > Florida Surveying and Mapping surveys for the following design projects: Runway 14-32 drainage improvements, new Society Taxilane F, Tower Drive drainage modifications, Taxiway D extension, and Taxiway A run-up apron. Rodeo Drive and Airport Property Map, LaBelle Municipal Airport (X14), LaBelle, FL. Provided topographic surveying for the Rodeo Drive improvement at X14. Provided Exhibit A airport property map for X14. Runway 13-31 and T Hangar Taxilane, Arcadia Municipal Airport (X06), Arcadia, FL. Provided topographic surveying for the turf Runway 13-31 (3,100 linear feet) drainage improvement design and T-hangar taxilane rehabilitation at X06. GIS Electronic Airport Layout Plan (eALP), Punta Gorda Airport, Punta Gorda, FL. Provided ground surveying to assist client with preparing a GIS eALP. Provided surveyed locations of photo ID points, navigational aids, runway ends, thresholds, and runway profiles. Aircraft Rescue and Firefighting Facility, Parallel Runway, and Florida Power & Light (FPL) Relocation, Southwest Florida International Airport, Fort Myers, FL. Provided surveying services for the location of 40 miles of ribboned wetland lines, 37 sets of water level nails, and 37,000 linear feet of topographic transect lines. Provided topographic surveying for the areas within the existing and proposed FPL easement alignments. Provided legal descriptions for easement acquisition. Perimeter Road, Page Field, Lee County, FL. Provided topographic surveying of a proposed 14,470-linear-foot perimeter roadway corridor. Local Experience { C� Cost -Effective Solutions Responsive Service ii J� 67 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Firm Faith Group (DBE) Education > Mechanical Drafting and Design Technology, Jefferson College Brian Dougan Security/IT/Access Control Brian Dougan has more than 34 years of experience in the planning and design of electrical and IT systems for transportation, industrial, commercial, government, healthcare, and education facilities. He specializes in power, lighting, voice, data, and low -voltage systems including access control, video surveillance, fire alarm, public address, lighting control, dimming systems, and fiber and copper communication systems infrastructure. Mr. Dougan has technical knowledge in power distribution, emergency power systems, interior lighting, and exterior lighting. He develops detailed construction phasing plans for new construction and renovation projects, facilitating the replacement of existing equipment in occupied facilities while minimizing required outages. As senior electrical/systems designer, Mr. Dougan manages site survey, construction documents, specifications, cost estimating, and construction administration. Mr. Dougari s experience includes: Southwest Florida International Airport (RSW), Terminal Expansion, Fort Myers, FL. Senior systems designer for the renovation and expansion of the terminal N building. Preparing detailed bid drawings and specifications for the project. The project 0 will consolidate the airport's security screening checkpoints from three to one and will include technology design services to support this effort. Modifications to access control, video surveillance, multiuser flight information, public address, and Wi-Fi will be required. Telecommunications cabling will be implemented to support the airport, TSA, airlines, and tenants. Faith Group's scope of work includes complete design, bid phase services, and construction administration services. Project includes a detailed site survey of the existing airport, TSA, airline, and tenant backbone and horizontal station cable affected by the demolition and new construction work. Cable replacement work will be designed to be phased to allow the facility to remain open during construction. General Mitchell International Airport, Physical Access Control System (PACS), Milwaukee, WI. Senior systems designer for the upgrade and/or replacement of the PACS throughout the project area, including physical infrastructure and integration with existing systems. Prepared a detailed cost opinion, designed the PACS, and created detailed bid drawings for the project. Existing conditions were surveyed to provide an updated as -built drawing set and document existing system capabilities. An assessment was conducted of secure portals for operational issues as well as code compliance. This assessment also included consideration of their necessity for operational use in compliance with regulations. Construction documents and a contractor RFP were prepared. Jackson -Evers International Airport, Improvements to the Airport Security and Access Control Systems, Jackson, MS. Systems designer of the development, planning, design, and construction documents supporting a number of significant Local Experience { y� Cost -Effective Solutions Responsive Service 68 Brian Dougan Page 2 a improvements. These include security upgrades to access control and CCTV, as well as significant upgrades to supporting systems incorporating network improvements and new equipment support room. Tulsa International Airport, Perimeter Access Control System Upgrade, Tulsa, OK. Systems designer for the development of a new airfield wireless infrastructure to support the needs of the access control system and closed circuit television and perform upgrades to all active common user perimeter gates. Completed a basis of design report that included construction cost estimates, procurement strategy, and a phasing plan. General Mitchell International Airport, Surveillance System Upgrade, Milwaukee, WI. Systems designer for the design of a TSA Other Transaction Agreement (OTA)- funded CCTV system upgrade, which includes integrating existing recording systems into a new video management system (VMS), adding new IP cameras to enhance surveillance capabilities, and developing a centralized network attached storage solution. Developed all the design elements to install more than 500 cameras, including the camera layout, data structure, recording system, networking, and mounting along with the integration of dual network core switches and a diverse routed fiber loop. Also led the design team in fully completing the designs for dissemination to contractors for pricing. The VMS will integrate with the airport's GIS system and include license plate recognition and other video analytic capabilities. RSW, Ticket Counter and Gate Podium Modernization, Fort Myers, FL. Senior systems designer for the replacement of 29 boarding gate counters, 54 ticketing counters, 9 baggage service office counters, and 24 outdoor curbside check -in counters. Project also included the installation of new boarding gate information LCD digital displays, boarding gate holdroom LCD digital displays, ticket counter passenger lane identification LED digital displays, ticket counter backwall LED video walls, and outdoor curbside drive lane airline identification LED digital displays. Existing conditions were surveyed. Prepared detailed bid drawings and specifications for the project. Boston Logan International Airport, Terminal E Demolition Package/Renovations and Improvements at Terminals B and E, Boston, MA. Systems designer for a fast -track concourse addition and terminal expansion program, which included planning, design, and construction administration services for security and technology systems in Terminal B facility renovations, as well as an expansion and new sterile side connector coordinator between Terminals E and C. Designed the security and technology systems for the entire project, including MUFIDS, Wi-Fi, public address, access control, CCTV, passive and active infrastructure, telephone, distributed antennal, and rough -in for future airline specific systems. Clinton National Airport, Concourse Renovation, Little Rock, AR. Systems designer for various MUFIDS, access control system, video surveillance system, and boarding gate counter upgrades throughout the airport concourse and terminal buildings. General Mitchell International Airport, CCTV/ Security LAN, Milwaukee, WI. Systems designer for the creation of a basis of design and TSA OTA proposal document regarding the installation of a new, complete airport CCTV system including supporting infrastructure. Developed the BOD to validate the equipment, systems, and cost projections noted in the OTA, as well as the technical approach for the project, which was successful in obtaining full project funding Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 69 EVALUATION CRITERIA N0, 2: PAST PERFORMANCE /Gr931►1;`1 A LVA1aL11a 9a��[mW_\9_lIIIwe 2911M Evaluation Criteria No. 2: Past Performance Atkins has been a trusted advisor to our airport clients for 60 years, including 41 of the top 50 airports in the United States. Our depth of experience has taught us the value of quality, responsive service to our clients and given us �O the necessary skills to manage a wide variety of assignments. Atkins has served the County since 1989 1 and supported its airport projects from 2015 to 2020. This local experience gives Atkins an unmatched understanding of the airport and surrounding area. For Atkins, past performance is an indication of future performance. As demonstrated in the projects highlighted in this section, Atkins has worked with numerous airports throughout Florida (Figure 3) and across the country. The best record of our clients' satisfaction is what they have to say about how we served their needs. We invite you to contact the clients listed in this section to inquire about Atkins' performance, reputation, professional integrity, and competence. the Atkins projects featured in this section best represent our professional team's past experience with projects similar in size, type, scope, and complexity, including similar projects constructed within the last 5 years in proximity to the proposed project. As requested, we have included four completed Reference >. Questionnaires from clients whose projects are of a similar nature M M to this solicitation. In addition, Table 2 on the following page demonstrates the experience the team members proposed on this project have together on the projects presented. Additionally, our team has similar experience with all project scope elements, as demonstrated in Table 1 beginning on page 17. Minimization of change orders Change management is an important part of a project manager's role. Effective change management will reduce project delays by ensuring proactive communication with all stakeholders to reach an ultimate agreed -upon solution. Atkins understands how important this process is in the overall success of a project. During stakeholder coordination and review, events may occur or issues may arise that are a change from what was included in the original scope. While strong and focused project management and project controls will minimize changes, it is still likely a change Whiting Field Bob Sikes Peter Prince ®© ® Northwest Pensacola © p© Florida © Mayport NAS Destin p Panama City - Bay County Leesburg Sanford Orlando © © Patrick AFB Kissimmee ® Melbourne Tampa © Q Winter Haven MacDilIAFB� Lakeland St. Pete -Clearwater Q ® Treasure Coast Sarasota -Bradenton® Sebring Venice I%Page Field Ft. Myers © © Ft. Lauderdale Naples ® ® Immokalee Marco Island © © Miami © Commercial Service - Large Everglades © Commercial Service - Small/Medium ® General Aviation 4 Military Figure 3. Atkins' Florida aviation experience may occur during the project. Strong project controls will assist in identifying change early, allowing more time and opportunity to mitigate the issue. 'Ihe following steps will help keep projects on track when change occurs: 1. Identify the change —specifically what has changed and why. 2. Analyze the effects of the change to the schedule, budget, and/or work plan. 3. Determine the impacts and develop a strategy to cost-effectively respond. 4. Coordinate with the client early in the process to ensure the strategy developed addresses the change and the client wants to move forward. 5. Revise the schedule, budget, and/or work plan accordingly and monitor progress. Table 3 on page 94 includes a sample of similar projects, along with change order history for each. Local Experience { y� Cost -Effective Solutions Responsive Service J� 69 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Table 2. Proposed team members' experience working together on similar projects .. c O 7 � co c Q C Z3 x J Q) E c 2 a) > 0 — Q Q a E v _0 o= co a) ii 0- o c a co a) E co J U CZ O LU UO U i Cn U Q L U O ca Q `U U a) U 0- io U 0- Q Cn E > a)U C� E E N a) '> ca -o O E N U U Cn U U cn N U N U co Q 0) U a) co S CD a) O C � 7 N U � w U U U U E Q LU Z CD Q Z J U W CD W U W C.J CD- cUU6 Q Y } Y d J Q LC Cn 0 m co Z Q Or U J Cn LL Cn 0 - N Co LO I< 00 O" Darin Larson, PE, LEED AP • • • • • • • • Kevin McCauley, PE • • • • • • • • • Thomas Roda, PE • • • • • • • • • • Manny Bejarano, Ph.D., PE • • • • • • • • • • Javier Suarez Paz, PE • • • • • • • • Jonathan Hand, PE • • • • • • • • Fleet Wulf, PE, PMP, LEED AP BD+C • • • • • • • Gavin Fahnestock • • • • • Praveen Ommi, CEP, VMA, LEED AP • • • • • • Joseph Duarte • • • • Local Experience { C� Cost -Effective Solutions Responsive Service ii J� 70 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Reference 1. Collier County Airport Authority Collier County, FL Under this contract with CCAA, Atkins provided general consulting services for MKY, IMM, and X01. The airports provide air service to southwest Florida. These airports feature a large general aviation community and airport -related industries. Atkins provided CCAA with a variety of services, including engineering, planning, facility repairs design, and construction administration services. These tasks ranged from On -Call Services small administrative support items to design and construction programs. Some tasks we performed include: CCAA DBE program Under this task, Atkins provided DBE program goals for MKY, IMM, and X01. The purpose of this task was to establish the federal year 2019-2021 DBE goal in accordance with U.S. Department of Transportation (USDOT), 49 CFR Part 26 regulations. The purpose of 49 CFR Part 26 is to ensure DBEs, as defined in Part 26, have an equal opportunity to receive and participate in department of transportation -assisted contracts. As a provision of all public contracts to be accomplished with USDOT grant assistance, for which the federal share is $250,000 or greater, CCAA must annually report its fiscal year goal as required by 49 CFR Part 26. MKY and X01 hurricane repairs design oN 11U1111.A.11C 11111U JUUU& P1V11UA V11 0C1J1C111UC1 1V, GVl/. 1-1LK111J AJJCJJCU VU11VUJ Jl1ULLU1CJ dl MMKY and X01 to document what damage occurred and prepared performance specifications, M details, and a report to bid the project and repair the damages. Rough order of magnitude costs were also provided as part of this task. a MKY and X01 hurricane repairs construction administration services Atkins provided construction administration services for the hangar repairs at MKY and X01. These services included project management, construction meetings, submittal reviews, site visits, and closeout documentation. IMM race event pavement inspection The race event at IMM was held on portions of the airfield pavement in January 2019. Atkins documented the condition of the pavement prior to and after the race within the limits of the race event. Post -race pavement repair recommendations were provided to CCAA as part of the technical memorandum deliverable. IMM airport layout (ALP) update The IMM ALP update and ALP narrative provided Collier County and IMM with a method and proposed schedule for correcting identified airport design deficiencies and accommodating future growth in aviation demand. The project included a fresh look at the airport's existing facilities; a revised forecast of future aviation demand, which was approved by FAA and FDOT; and a study and determination of new facilities required and expansion of existing facilities that will be required to accommodate the projected activity. An updated CIP was created that prioritizes and stages the proposed development over 5-, 10-, and 20- year planning horizons. The project developed an updated ALP set that graphically depicts existing conditions at the airport, as well as proposed capital improvements. The project addressed and updated the documents based on criteria outlined in FAA ACs 150/5070-6B, Airport Master Plans, and 150/5300-13A, Airport Design, as well as FDOT Guidebook for Airport Master Planning. The ALP was developed in conformance with the FAA SOP 2.00, Standard Procedure for FAA Review and Approval ofAirport Layout Plans. The project reached substantial completion April 2019. Justin Lobb, Airports Manager Collier County Airport Authority/ Collier County justin.lobb@colliercountyfl.gov Phone: 239.642.7878, ext. 35 Fax: 239.394.3515 Completion date October 2015—April 2021 (design and construction) Project budget Approximately $1.5 million Project number of days Approximately 1,644 calendar days Relevancy > Local Collier County experience > GA experience > Familiarity with the facility > Collier County/FAA/FDOT agency coordination > Pavement engineering > Design specifications > Construction details > Cost estimating 01 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 71 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Reference a 2. MKY Existing Terminal Obstruction Removal and Apron Expansion Collier County, FL Atkins performed design and construction phase services for this project, which includes a new terminal building and associated landside and airside improvements. The project was necessary because the existing GA terminal building at MKY is approximately 50 feet from the runway object -free area and is completely within the Part 77 transitional surface. The demolition of the existing terminal building will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway A. Airfield improvements are being funded by FAA grants and include replacing the existing terminal building footprint with new ramp space, expanding the existing aircraft apron, relocating Taxiway B, removing non-standard airfield pavements, repairing various existing pavements, and associated infrastructure improvements. Atkins performed design and planning services for the project and is providing full CEI services. The design of this project was fast -tracked and completed within 7 months to meet FDOT and FAA grant funding deadlines. Justin Lobb, Airports Manager Collier County Airport Authority/ Collier County justin.lobb@colliercountyfl.gov Phone: 239.642.7878, ext. 35 Fax: 239.394.3515 Completion date October 2016—March 2021 (estimated) (design and construction) Project budget $3.5 million (construction) Project number of days Approximately 1,339 calendar days (construction ongoing) Relevancy > Local Collier County experience > GA experience > Airfield geometrics > Airfield pavement design > Construction phasing > FAA AIP funding > FDOT and local funding > Willingness to meet schedules 01 Local Experience { y� Cost -Effective Solutions Responsive Service d J� 72 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 3. MKY New GA Terminal and Associated Landside Reference a Improvements Marco Island, FL Atkins performed design and construction phase services for this project, which includes a new terminal building and associated landside and airside improvements. The project was necessary, because the existing GA terminal building at MKY is approximately 50 feet from the runway object -free area and is completely within the Part 77 transitional surface. The demolition of the existing terminal building will alleviate safety concerns for aircraft operating on Runway 17-35 and Taxiway A. This project includes constructing a new 16,000-square-foot terminal with associated landside improvements funded by FDOT grants. The landside elements include circulation roadways, vehicle parking, landscaping, site lighting, drainage and utility improvements, and the permitting of various project elements. Atkins performed design and planning services for the project and is providing full CEI services. The design of this project was fast -tracked and completed within 7 months to meet FDOT and FAA grant funding deadlines. Justin Lobb, Airports Manager Collier County Airport Authority/ Collier County justin.lobb@colliercountyfl.gov Phone: 239.642.7878, ext. 35 Fax: 239.394.3515 Completion date June 2016—March 2021 (design and construction) Project budget 89 million (construction) Project number of days Approximately 270 calendar days Relevancy > Local Florida experience > GA experience > Landside design > Utility design > Stormwater drainage design > Construction phasing > FDOT funding 4 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 73 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a 4. LCPA GEC Services Fort Myers, FL Atkins has helped the Authority with several planning, design, and construction administration efforts at RSW and FMY, including the following projects: RSW Aircraft Rescue and Firefighting Facility (ARFF) Atkins provided design, permitting, bidding, and construction administration services for this new 31,052-square-foot ARFF to replace the existing ARFF. The new building will provide space to support the Authority's activities and a physical location that will allow for minimum incident response time after construction of the new runway. The project includes both a new ARFF and decommissioning of the existing facility. The facility has earned LEED Gold Certification by the U.S. Green Building Council and Green Building Certification Institute. The new fire station is the first government building in Lee County to receive the Goldlevel rating for sustainable design and construction. RSW Terminal Expansion Atkins is providing design of 127,075 square feet of building expansion and 211,049 square feet of existing terminal building renovation. In addition, the project includes a separate 16,560-square-foot remote loading dock facility. The project includes the following major project elements: > Consolidation and expansion of security screening checkpoint (SSCP) from current 4-lane standalone checkpoints for each concourse to a consolidated 18-lane SSCP serving all three existing concourses. The layout for the new 18-lane SSCP includes planning for currently known innovations in screening equipment such as automated screening lanes, computed tomography scanning equipment, and remote screening monitoring. > Improvements to ticketing and check -in area for improved passenger processing and modernization of equipment and finishes. > Addition of four gates/passenger boarding bridges including one gate with sterile corridor connectivity to the federal inspection services (FIS), providing capability to serve both domestic and international flights. > Baggage handling system improvements including modifications to existing baggage claims, addition of a conveyor to accommodate outbound oversized baggage, modifications to checked baggage reconciliation areas and studies to improve the checked baggage inspection system for increased capacity. > Development of airline lounge space to serve VIP passengers including concepts targeted for both domestic and international flights. Reference Adam Nguyen Senior Manager for Engineering and Construction LCPA ahnguyen@flylcpa.com Phone: 239.590.4610 Fax: N/A Completion date 2014-2020 (design and construction) Project budget $2.5 million Project number of days 6 years (two 3-year contracts) Relevancy > Local Florida experience > GA experience > Airport planning > Airside design > Landside design > Utility design > Stormwater drainage design > Construction phasing > FAA and FDOT funding 4 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 74 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a C0117'er County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: RPS NO.: 20-7802 General Professional Services for Airports RPS NO.: 20-7806 Airport Improvement Program (AIP) Professional Services for Airports(FAA Funded) Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) Kevin D. McCauley,PE (Name of Individuals Requesting Reference Information) Name: Adam Nguyen Company: Lee County Port Authority (LCPA) (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) FAX: Telephone: 239-590-4610 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Lee County Port Authority GEC Completion Date Project Budget: $2,200,000 2014-2020 Project Number of Days: 6 Years (Two 3-Year Contracts) Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 75 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a 5. LAL New Intermodal Center Lakeland, FL The intermodal center at LAL was identified in the airport intermodal feasibility study, produced by Atkins, as a way to attract airport -related industry, resulting in additional revenue and technical jobs for the community. The original concept for the intermodal center allowed LAL maximum flexibility to attract prospective tenants by including three maintenance, repair, and overhaul (MRO) hangars of various sizes and a 20,000-square-foot cargo building. During the design phase, the project layout was modified multiple times to account for feedback from various tenants and available funding. The final layout included approximately 19,500 square yards of new concrete paving and 37,000 square yards of new asphalt paving. Atkins was responsible for the design of all project components and is providing construction administration services. Reference Eugene Conrad III, CM Airport Director City of Lakeland/LAL gene.conrad@lakelandgov.net Phone: 863.834.3298 Fax:863.834.3274 Completion date September 2016—March 2020 (design and construction) Project budget $10 million (construction) Project number of days Approximately 1,277 calendar days Relevancy > Local Florida experience > Airfield pavements > Airfield geometry > Stormwater management > Utility relocation > Pavement markings > Airfield lighting and signage > Construction phasing > FDOT funding Local Experience C `l, � Cost -Effective Solutions Responsive Service o C` J� 76 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RpS NO:: 20_ 7802 �ieneral�rofessionalervices fgFirort rp ( ) RPS NO ZO 7806 Airport improvement Program l 1 ro essional Services for Ai orts FAA Funded Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) Kevin D. McCauley, PE (Name of Individuals Requesting Reference Information) Name: EC e l'\ 1J t7V11 l�C� Company: L Cat)iCAVA� Cj l�e ( i lie f (\C �}i011a1 A'� r �b rt (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: N3-9= +6,)92e Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: LAL On -call Project Budget: $10 million (construction) Completion Date: September 2016—March 2020 Project Number of Days: Approximately 1,277 calendar days Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). t ~ 2 Ability to maintain project schedule (complete on -time or early). `ram 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. t v 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. ((�� �V 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Local Experience C `}, Cost -Effective Solutions Responsive Service —� J� II i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 6. SEF, GEC Services Sebring, FL SEF is a GA airport in Highlands County. Originally a World War II B-17 training facility known as Hendricks Field, the airport today is owned and operated by the Sebring Airport Authority and serves the aviation needs of the City of Sebring, Highlands County, and the Heartland region. Home of the 12 Hours of Sebring, America's oldest and most prestigious endurance road -racing events, the airport facilities include two runways capable of serving corporate jets and freight aircraft and a 2,000-acre industrial park. Reference Mike Willingham Executive Director Sebring Airport Authority mike@sebring-airport.com Phone: 863.314.1300 Fax: 863.6/.6447 Completion date May 2025 (estimated) Project budget Varies by task Project number of days Varies by task Since 1992, Atkins has provided comprehensive aviation planning, engineering, and Relevancy construction services. Efforts have consisted of general consulting, funding procurement and > Local Florida experience '>. grant administration, planning and programming, engineering and architectural design, N > General aviation master planning, environmental analysis and permitting, preparation of disadvantaged business enterprise plans, land surveying, construction management and inspection, and experience program management for SEF's planning and development projects. Projects include: > Airport planning Master plan update > Airside design Atkins prepared the master plan update for SEF for the Sebring Airport Authority. The > Landside design plan outlined proposed development at the airport for a 20-year planning period and was > Utility design critical to the development of a new capital improvement plan, especially in light of plans for > Stormwater drainage the airport to become a future regional air carrier facility. Since the airport is considered an design economic generator for business development in Highlands County, the study was coordinated > Construction phasing with military, federal, state, and local officials, in addition to users of the airport and the > FAA and FDOT funding surrounding community. Unique to this master plan was the evaluation of capacity and demand related to operational demand and airport group category demand. Evaluation of facility requirements was based not only on forecast demand associated with historical and existing conditions, but also on potential demand associated with existing and future aircraft type. Some of the resulting recommendations for needed improvements included an extension of Runways 18-36 and 14R-32L, construction of a parallel utility runway, construction of a 10,000-foot commercial service runway designated as 14L-32R, and all associated infrastructure. These enhancements, in conjunction with roadway infrastructure improvements and the possible installation of a high-speed rail station, were expected to fuel development in the area. Runway 18-36 Reconstruction This project involved the complete demolition and reconstruction of the primary Runway 18-36 at SEE The existing 100-foot-wide by 5,225-foot-long runway consisted of an asphalt overlay over old concrete pavement. The concrete subsurface was constructed in the early 1940s for use as a military airbase during World War II and was later overlaid with asphalt in 1988. The purpose of this project was to eliminate the existing asphalt surface distresses and Local Experience { y� Cost -Effective Solutions Responsive Service d J� 78 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a irregularities unsuitable for aircraft traffic. Additionally, this project increased the structural capacity of the runway to support the increase in forecasted aircraft traffic and accommodate a forecasted Boeing 737 cargo operation. The project also included a runway redesignation to Runway 1-19 required as a result of magnetic declination. The project was unique in that it included demolishing the old concrete runway and crushing the material for use as recycled base course material for the new runway pavement section. The project also included incidental earthwork, pavement underdrain and drainage systems, and a new runway lighting system. As part of the project team, Atkins' initial efforts included evaluating the existing condition of the runway pavement, identifying alternative repair methods, and recommending the preferred rehabilitation alternative for the runway. Based on this recommendation, a pavement rehabilitation design was completed (full -depth reconstruction), modifications to existing permits were made, and the project was bid in September 2011. Atkins provided pavement evaluation, rehabilitation alternatives analysis, stormwater design, and construction management and inspection for the reconstruction of Runway 18-36. Construction was completed in December 2012. In addition, Atkins designed the pavement underdrain system, stormwater drainage modifications, and erosion control components of the project. Atkins provided full-time on -site owner's representation, which included inspecting day-to-day construction activities, coordinating construction and administrative issues between the contractor and owner, scheduling and coordinating quality assurance testing, and verifying the project was in conformance with contract drawings and technical requirements. Runway 14-32 and Taxiway A4 rehabilitation Until December 2007, the FAA did not recognize Runway 14-32 as a necessary crosswind runway, and as a result, runway improvement projects were not eligible for FAA AIP funding. Without this funding source, the runway received basic pavement maintenance (weed control and emergency repairs/patching) during its 60-plus-year life. Sixty years of aircraft operations and environmental weathering/aging caused extensive pavement distresses including cracking, spalling, and slab faulting. Foreign object damage was a constant threat to all aircraft operating from the runway. With the large increase in sport pilot and other light aircraft operations at the airport, Runway 14-32 was receiving considerably more operations than what historically was shown in previous master plan studies. Atkins was tasked with justifying the need for the crosswind runway using updated wind rose and operational data. Based on these data, it was determined that both runways would need to be maintained and operable to ensure adequate crosswind coverage for light general aviation operations. As a result, FAA formally recognized Runway 14-32 as a necessary crosswind runway and funded rehabilitation efforts. Atkins provided aviation planning, airfield design, stormwater design, and construction management and inspection for the rehabilitation of Runway 14-32 and Taxiway A4. The design included a crack -and seat rehabilitation method, which involved breaking existing concrete pavement in -place and seating it to form a new stabilized base for a 3-inch asphalt overlay. Work also included installing side drains and painting new runway and taxiway markings. Catalyst infrastructure design and permitting Atkins performed the design, engineering, and permitting for approximately $30 million in roadway, utility, and site improvements that will provide the necessary infrastructure to attract a development that will serve as an economic catalyst for the six -county South Central Rural Area of Critical Economic Concern. The intent of this project is to have the site ready with all necessary infrastructure for full build -out when funding becomes available. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 79 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: �pSS NNO : 20 7802 Gener 1 Professiona Services f orts . RPS NO.: 20-7806 Airport Improvement Program (A5ofessional Services for Airports(FAA Funded) Reference Questionnaire for: (Name of Company Requesting Reference Information) Kevin D. McCauley,PE (Name of Individuals Requesting Reference Information) Name: Mike Willingham (Evaluator completing reference questionnaire) Email: company: Sebring Airport Authority (Evaluator's Company completing reference) FAX: 863.655.6447 863.381.3493 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: SEF On -Call Project Budget: Varies by task Completion Date: May 2025 (estimated) Project Number of Days: Varies by task Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 2020*** Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 80 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 7. PNS, GEC Services Pensacola, FL PNS provides air service to northwest Florida and southern Alabama. It features regularly scheduled commercial air service, a large UA community, regional cargo facilities, and N airport -related industries. Atkins has provided the airport with various planning and design -related services to assist with the development of their capital improvement program. These tasks have ranged from small administrative support items to large-scale construction a programs. Some of the tasks we have performed include: New MRO facility planning Atkins worked with PNS to prepare numerous concept layouts for hangar developments at various sites around the airport. Initial concepts included a six -hangar complex on the northwest corner of the airport, with a first phase near the existing rental car service areas. This plan required the acquisition of multiple properties not owned by the City, and therefore was tabled. A new concept was prepared for the northeast portion of the airport that would not require property acquisition and could be developed on a faster schedule. Alternatives were also developed for the southeast portion of the airport but were ultimately discarded. For each of these sites, Atkins prepared multiple alternative layouts with options on hangar layout, airside access, landside access, parking configurations, and utility connections. Rough order of magnitude cost estimates were developed for the alternatives to aid in selecting the preferred alternative. New MRO focused environmental assessment (EA) Since unconditional FAA (ALP approval is required to implement projects shown on the ALP, the projects are subject to National Environmental Policy Act (NEPA) review before construction. The FAA Orlando Airports District Office (ADO) determined that a focused EA is the acceptable course of action for the MRO hangar program. 'Ihe focused EA is a form developed by the FAA Orlando ADO consistent with the requirements of FAA Order 5050.413, NEPA Implementing lnstructions for-4irportActions, and FAA Order 1050.1E, Environmental Impacts: Policies and Procedures. In general, the focused EA includes identification of project elements, purpose and need, alternatives, affected environment, evaluation of environmental consequences, and evaluation of cumulative impacts. Atkins prepared the focused EA for a two -phased program, which includes initial and future hangar construction. Reference Matthew F. Coughlin Airport Director PNS mcoughlin@cityofpensacola.com Phone: 850.436.5000 Fax: N/A Completion date September 31, 2020 Project budget Varies by task Project number of days Varies by task Relevancy > Local Florida experience > GA experience > Airport planning > Airside design > Landside design > Utility design > Stormwater drainage design > Construction phasing > Value engineering > Alternatives analysis > FAA and FDOT funding o Local Experience C `l, � Cost -Effective Solutions Responsive Service ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Cargo apron rehabilitation Atkins performed a pavement assessment, development of rehabilitation options, planning for apron expansion, and design documents for the preferred alternative. The final design includes removing the existing asphalt pavement and reconstruction using a new concrete apron that approximately doubles the usable area. The project will allow the airport to increase its ability to serve the regional demands for air cargo. Corporate apron rehabilitation Atkins performed a pavement assessment, development of rehabilitation options, and design documents for the preferred alternative. The project includes mill and overlay of the existing GA apron and upgrade of an existing service road to function as a taxilane. ALP Update The ALP for PNS was completed as part of the 1999 Airport Master Plan Update and updated in 2007 to reflect completed project work. Since that time, PNS has undergone a number of planning and design programs including developing an airport land use map (ALUM) and discussions with potential tenants. To move forward with development planning, FAA requested an update of the ALP drawing including removing future Runway 17L-35R and associated protection zones/areas, updating runway data tables, adding future aviation -related development areas per the new ALUM, adding concept layout for future aviation development in the northeast quadrant, and updating existing data for projects constructed since the last ALP update. Atkins prepared the ALP drawing to reflect these changes and assisted PNS with FAA Orlando ADO review, comment, and approval. In September 2014, FAA provided conditional approval of this ALP update. Airport land use plan map Atkins worked closely with airport management and City economic development personnel to develop exhibits demonstrating the various types of property in use at the airport. These documents were used to educate various departments throughout the City about opportunity for revenue generation at the airport. They also formed the basis for various economic development strategies to interest oN pULCIRIa1 LCIIMRS LU U11I1g UUSIIICSS LU L11C aUpOrL. M N O a Local Experience { y� Cost -Effective Solutions Responsive Service d J� 82 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a wer Caltnty A&NnWmtve Services Depa hwit Proairerrwd sar mn rpm" Form 5 Reference Questionnaire USE ONE FORM FOR EACH REQUIRED REFERENCE Solicitation: RPS NO.: 20-7802 General Professional Services for Airports RPS NO.: 20-7806 Airport Improvement Program (AIP) Professional Services for Airports(FAA Funded) Reference Questionnaire for: (Name of Company Requesting Reference Information) Kevin D. McCauley, PE (Name of Individuals Requesting Reference Information) Name: Matthew F. Coughlin Company: Pensacola International Airport (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) FAX: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: PNS On -call Project Budget: Varies by task Completion Date: 31SEP2020 ProjectNumber of Days: _Varies by task Item Criteria Score (must be completed 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7� Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 ***UPDATED JANUARY 28, 202o*** Local Experience C `}, Cost -Effective Solutions Responsive Service J� 83 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a 8. FPR GECServices Fort Pierce, FL FPR is a GA airport owned and operated by St. Lucie County and serves the aviation needs of the City of Fort Pierce, St. Lucie County, and the Treasure Coast region. The airport is home to more than 30 businesses, including two full -service fixed -based operators, an operating air traffic control tower, and on -site aircraft rescue and firefighting services. The airport is an identified U.S. Customs and Border Protection port of entry, is the only Foreign Trade Zone along the Treasure Coast, consists of more than 3,660 acres of property, and is served by three active runways —Runways 1OR-28L, 1OL-28R, and 14-32. Since 2003, Atkins has providing comprehensive aviation planning, engineering, and construction services. The scope of services consists of consulting, planning and programming, engineering and architectural design, resident engineering, master and environmental permitting, noise studies, land surveying, construction management and inspection, and program management for the airport's planning and development projects. Select projects include: Taxiways A and B rehabilitation Taxiways A and B are the full-length parallel taxiways serving the airport's primary and secondary runways. Atkins evaluated the existing condition of the taxiway pavement, identified alternative repair methods, and provided a recommendation as to the preferred rehabilitation alternative for each taxiway. The vast majority of the distresses observed were non -load related and included weathering/raveling, block cracking, longitudinal/transverse cracking, and swelling, which was consistent with the age of the pavement. However, with a potential change to the fleet mix and changes to FAA geometry requirements, it was determined that a more substantial improvement than a surface treatment would be required to improve the overall condition of the pavement. Atkins determined the taxiways were good candidates for cold -in -place recycling, a method used to recycle and reuse existing asphalt pavement in -place for use as a base course. This process allowed for a significant cost and time savings over other comparable rehabilitation options, while also providing the opportunity to strengthen the pavement section and correct a number of geometrical deficiencies. Runway 1OR-28L pavement strength study In response to a potential tenant development and questions related to the reported runway strength, Atkins performed a pavement strength evaluation and analysis of Runway 1OR-28L and parallel Taxiway A. The pavement evaluation included a review of historical data, visual inspection of the pavement, development of a comprehensive aircraft fleet mix, and nondestructive testing by use of a heavy weight deflectometer, which was used to simulate aircraft traffic. Based on the calculated pavement classification number value, Atkins determined that the strength of Runway 1OR-28L was higher than originally had been reported and that the pavement was capable of supporting a limited number of larger aircraft. the results of the remaining life calculation indicated that the occasional operation of a wide - body, narrow -body, or turboprop aircraft, operating at near empty weights, would have no significant impact on the timetable for the next pavement rehabilitation for Runway 1OR-28L. ALP update Atkins performed an update of the ALP in accordance with FAA and FDOT criteria. The goal of the project was to obtain complete and accurate data on existing airport conditions due to the large amount of development and changes to airport property that occurred since the last update. Atkins coordinated and received FAA approval for the update. Reference Kevin J. Lindgren Senior Grant and Project Planner, Airport/Seaport St. Lucie County/FPR lindgrenk@stlucie.org Phone: 772.462.1727 Fax: N/A Completion date 2003-2025 (estimate) (design and construction) Project budget Varies by task Project number of days Varies by task Relevancy > Local Florida experience > GAexperience > Airport planning > Airside design > Construction phasing > Value engineering > Alternatives analaysis > FAA and FDOT funding 4 o Local Experience C `l, � Cost -Effective Solutions Responsive Service ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Collier County Administrative Services Department Procurement Services bivisron Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: MNO.: 20-7802 General Professional Services for Airports RPS NO.: 20-7806 Airport Improvement Program (AIP) Professional Services for Airports(FAA Funded) Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) Kevin D. McCauley,PE (Name of Individuals Requesting Reference Information) Name: Kevin J. Lindgren Company: St. Lucie County / Treasure Coast Intl Airport (FPR) (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) N/A (772)-462-2350 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: FPR On -call Completion Date: Project Budget: Varies by Task Project Number of Days: 2003 - 2025 Varies by task Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 8 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 8 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 94 ***UPDATED JANUARY 28, 2020*** Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 85 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a 9. SFB, GEC Services Sanford, FL Reference Tom Nolan President and CEO Sanford Airport Authority (SAA) tnolan@osaa.net Phone: 407.585.4006 Fax: 407.585.4045 - - Completion date Ongoing (design and construction) Since 2000, Atkins has providing comprehensive aviation planning, engineering, and construction services toward SFB's future development. The scope of services has consisted of general consulting, funding procurement and grant administration, planning and programming, engineering design, architectural design, resident engineering, master planning, environmental analysis, noise studies, preparation of disadvantaged business enterprise plans, land surveying, construction management and inspection, contract administration, and program management for SAA's planning and development projects. Select projects originating from this contract have included the following: Airport master plan updates In 2000, Atkins helped SFB make the transition from a GA airport to a commercial service airport capable of accommodating wide -body international flights. Over the next 10 years, SFB had one of the fastest growth rates for aircraft operations in the country (per Airport Council International). In addition to the continued international flights, SFB was successful in attracting Allegiant Air, which significantly boosted their domestic traffic numbers. In 2010, Atkins was selected by SAA to develop a comprehensive AMPU to accommodate significant changes in passenger traffic, aircraft fleet mix, commercial ground transportation, and landside access as a result of that accelerated growth. The AMPU's primary goal was to provide SAA with a management guide for the implementation of necessary improvements to meet existing and forecast growth in aviation demand over 20 years. The comprehensive master plan study developed an inventory of current facilities; presented forecasts of growth; provided a plan for additional airfield, terminal, and landside development; and prepared an environmental overview and financial plan. Some of the resulting recommendations for needed improvements included an extension of Runway 9L-27R, construction of parallel taxiways, domestic and terminal expansion including a mini inline baggage screening system, federal inspection services facility expansion, additional public parking, ground transportation center, and improved terminal area access (upper and lower roadway system). The new survey requirements based on Advisory Circular 150/5300-18B, General Guidance and Specifications for Submission of Aeronautical Surveys to National Geodetic Survey: Field Data Collection and Geographic Information System (GIS) Standards, were applied for the development of the ALP. Atkins was again selected near the end of 2018 to update the airport's master plan, as most of the major elements of the previous plan had already been implemented and signs of aggressive airport growth continue to be evident. Atkins aims to produce a stateof-the-art, first -of -its -kind interactive AMPU and ALP as the final deliverable of this project. Project budget Varies by task Project number of days Varies by task Relevancy > Local Florida experience > GA experience > Airport planning > Airside design > Utility design > Stormwater drainage design > Construction phasing > Value engineering > Alternatives analysis > FAA and FDOT funding o Local Experience C `}, � Cost -Effective Solutions Responsive Service ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Gate needs study (GNS) Originally coined a gate justification study, the GNS stemmed from the FAA Orlando ADO desiring an independent evaluation of SFB's historical and projected passenger enplanements and commercial service aircraft gate operations. The goal of the analysis was to provide ample evidence supporting the need for more aircraft parking/docking gates at the airport. The GNS consisted of four main components: a) a review and `rebaseline' of the FAA's terminal area forecast (TAF), which historically trailed actual passenger enplanements by approximately 5 percent; b) an evaluation of the airport's peaking characteristics, which led to the development of a Gantt chart clearly showing the need for more gates during peak periods; c) a terminal gate demand/capacity and facility requirements analysis to assess how many gates would be needed in the immediate, 5-, and 10-year periods; and d) an assessment of compatibility with future development on the airport's approved ALP. The conclusion of the GNS was that the proposed addition of four new gates would keep the airport's `turns per gate per day' at or below 5 through 2030, but four additional gates would be necessary by 2030 to maintain near the same level of service passengers experienced in 2017. Tracking the airport's actual passenger enplanements and comparing them to those predicted by the GNS' rebaselined TAF validates the need for the GNS. Welcome center renovation The project also consisted of an assessment to the building's air handlers and associated condensing units. Condensation had built up on the ductwork and was staining ceiling tiles. Atkins' mechanical engineers discovered that the dedicated outdoor air system units were not being used properly, and therefore, causing unbalanced airflows that allowed an excessive infiltration of hot, humid air through the building's doors. Once that issue was identified, the system was returned to its proper working order, thereby improving the air quality for occupants in the entire Welcome Center building. Southwest apron rehabilitation The southwest apron is a 214,190-square-yard concrete apron that was initially constructed to support naval aircraft as part of Naval Air Station Sanford more than 50 years ago. The condition of the pavement had deteriorated due to time, environmental factors, excessive loading, and general wear and tear associated with commercial aircraft operations. To combat this deterioration, several different rehabilitations, at different times, had been performed. As a result, the existing apron was a patchwork of various pavement sections and conditions, including large areas that showed substantial wear and distresses. SAA contracted Atkins to develop and 0 design a rehabilitation strategy to bring the southwest apron up to current FAA standards, while meeting the demands of Groups IV and V aircraft associated with the maintenance, repair, and overhaul activities being performed on this apron. This effort included aviation planning, pavement design, utility relocation design, access control and security (new gates), stormwater design and permitting, and construction phase services. This information was used to produce an alternatives analysis report that illustrated a variety of rehabilitation alternatives and offered an engineer's recommendation. The pavement design included a full -depth reconstruction of the existing pavement, which involved removing and replacing the deficient pavement section (11 inches of Portland cement concrete [PCC] pavement on existing subgrade) with a stronger pavement section capable of handling large aircraft up to a B-767 or A-300 (17 inches of PCC, on 8 inches of Econocrete, on 12 inches of stabilized subgrade). Work also included removing the old drainage structures and corrugated metal pipes and replacing them with Class V reinforced concrete pipe and aircraft -rated structures. The drainage effort also included replacing the master outfall pipes, which required relocating water, sewer, gas, fiber, and electrical lines that were in conflict. Due to funding constraints, the southwest apron rehabilitation project was broken into three independent bid packages. Bid package 1 consisted of rehabilitating the portions of the apron that were in the worst condition. These areas included the pavement sections located in the southern and southwestern portions of the apron. This rehabilitation also included replacing the stormwater drainage Local Experience { y� Cost -Effective Solutions Responsive Service d J� 87 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a CqM ollier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REOUIRED REFERENCE) Solicitation: R PS: NO.: 20-7802 General Professional Services for Airports RPS NO.: 20-7806 Airport Improvement Program (AIP) Professional Services for Airports(FAA Funded) Reference Questionnaire for: Atkins (Name of Company Requesting Reference Information) Kevin D. McCauley, PE (Name of Individuals Requesting Reference Information) //�'� Name: eo „�,�� �� Company: ✓� (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:c;zG},,4 FAX: qo?— Ala?^ 5$s—yob 6 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: SFB On -call Project Budget: Varies by task Completion Date: O _S u \ Project Number of Days: Varies by task Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). / O 3 Quality of work. / 0 4 Quality of consultative advice provided on the project. f C) 5 Professionalism and ability to manage personnel. (U 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) f O 7 Ability to verbally communicate and document information clearly and succinctly. / O 8 Abiltity to manage risks and unexpected project circumstances. Ga 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. /0 10 Overall comfort level with hiring the company in the future (customer satisfaction). d TOTAL SCORE OF ALL ITEMS G% Local Experience { y� � Cost -Effective Solutions Responsive Service d J� 88 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a 10. Naples Municipal ARFF Building Replacement Design Services Naples, FL Reference Kerry Keith, Director of Airport Development and Facilities NAA kkeith@flynaples.com Phone: 239.643.0733 Fax: N/A Completion date June 2020 (design and construction) Project budget $5 million Project number of days Approximately 730 calendar days The Naples Municipal Airport (APF) is a public airport in Naples, Florida, owned and operated by the Naples Airport Authority (NAA). The current aircraft rescue and firefighting facility (ARFF) at APF is outdated, undersized, and in need of replacement. For this phase Relevancy of the project, the Atkins team has evaluated possible sites for a new ARFF building at APF, developed programming for the building in accordance with FAA criteria, and prepared a > Similar size airport rough order of magnitude construction cost estimate. This programming report documents > Local Collier County the evaluations conducted as part of the project and establishes guidelines for design of a new > FDOT standards ARFF Building at APF. The current ARFF building at APF is located in the north quadrant of the airfield near the intersection of Taxiway B and Taxiway D. Landside access is via Citation Point off Enterprise Avenue. The ARFF serves the entire airport as well as parts of the surrounding community, including the "horseshoe" industrial/commercial area to the north and Naples Harbor to the west. A portion of the ARFF building impedes the runway visibility zone (RVZ), which is a development protection area defined by the FAA for airports that have intersecting runways. The RVZ should be clear of above ground object to allow aircraft on one runway to see ° aircraft on the other runway with enough time to react, if needed. Improvements to the ARFF building on its current site were initially considered. However, if the runways were to be extended, or the thresholds relocated, at any point in the future, the building would be wholly in the updated RVZ. Therefore, it was determined that a new site should be found on the airport for development of the new ARFF building. In order to compare the various sites considered, with the goal of determining a preferred site, a comparison matrix was developed using the evaluation criteria established by the working group. The new ARFF building will replace the current ARFF building, which was built in 1988 and is outdated, undersized and inadequate for the airport's needs. The existing ARFF station is currently staffed by two -person crews from 7:00 a.m. to 10:00 p.m. It also serves as an Emergency Operations Center (EOC) during storms up to Category III accommodating up to ten personnel during the event (six ARFF staff, up to two airport staff, and up to two police staff). The existing station is a three -bay facility with a 1500 striker ARFF truck, F450 utility truck, and trailer. Emergency power is provided by a 20 kilowatts emergency generator (propane powered) that supports the ARFF and the ASOS. For the new ARFF facility the airport would prefer a diesel generator as diesel fuel is readily available on the airfield. Local Experience { y� Cost -Effective Solutions Responsive Service d J� 89 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP New facility requirements include: > Joint use facility to provide support to the local community for the next 30 years. This includes the addition of a truck specific for structure fires. > Room to accommodate four vehicles/trucks in single pull through bays. > Easy expansion or capability to accommodate additional staff in the future. > Co-ed sleeping accommodations. This would include single dormitory rooms with bunk beds that allow for extra sleeping beds in same sized space versus open dormitory room(s). > The ARFF operation currently has six ARFF personnel total in A, B, C shifts of two persons each. > Lockers are required for all staff plus some expansion for emergency operations events or future growth. Plan for 10 gear lockers plus 10 personal lockers. > Airport would prefer open area for day room, dining, and kitchen functions. > Conference/training room. > Hardened facility to survive category V storm. > Forklift accessible chemical storage. > Needs to be built to accommodate Federal Emergency Management Agency (FEMA) sea level rise (9 feet) without adverse grades/ slopes around building. Current finish floor is believed to be at 6 feet. > Architectural features to match local community/regional sense of place. > Recommendations on energy management/LEED without having to meet LEED certifications. > Connect facility to City fiber/data. As part of this project, Atkins will design, permit, and provide bidding services for the new ARFF based on the conclusions of the programming report including the building layout, concept elevation, and preferred site. The project will also include utilities, grading and drainage improvements, erosion control, pavement design, and pavement markings. M N O a Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 90 EVALUATION CRITERIA N0, 3 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS a ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Evaluation Criteria No. 3: Project Approach, Willingness to Meet Time and Budget Requirements Project approach Our overall approach to GEC contracts will provide CCAA with efficient, management of your funds. Our current GEC contracts with multiple other service and general aviation airports nationwide demonstrate that Atkins wi this contract responsibly and cost-effectively. Effective communication and our project manager with assigned task managers and key technical staff will make sure you receive quality deliverables and responsive services. The Atkins team has extensive experience providing responsive service and cost- effective solutions to on -call contracts similar in scope to the one defined in the Local project team solicitation. Our experience and lessons learned from these previous assignments have allowed us to develop a proven, streamlined project approach that will: Mr. McCauley relocated to Collier County from > Bring the expertise of having done it before. the east coast of Florida > Meet schedule/grant requirements. in June of 2019 in order > Provide a quality design product. to better serve CCAA. > Minimize impacts to airport operations. As a local resident > Be responsive to goals and objectives. to Collier County, Mr. > Control project costs and maximize project value. McCauley takes pride in > Be flexible enough to respond to change. his community and the Atkins' local team, combining resources from Naples, Fort Myers, Tampa, Orlando, and development of aviation Fort Lauderdale, will follow these steps to the successful completion of the project goals. in southwest Florida. A key part of a successful project is establishing a good definition. It is essential to start each task order with a clear understanding of the goals and objectives, communicate them to all key project members, and create a plan to get there. After Atkins is selected for the contract, and prior to any task order negotiations, our project manager, Mr. McCauley, and other key personnel will request a project definition meeting with appropriate airport staff and stakeholders to discuss details necessary to develop a detailed scope of work. Mr. McCauley, in coordination with each discipline lead, will use information from this meeting to draft our task order scope of work, including any assumptions. To capture this information, a project execution plan (PEP) (Figure 4), which includes task Project 1k controls order background information, a copy of the task order scope and assumptions, a detailed work L plan (PCP) breakdown structure, a project communications plan, and a critical path schedule, will be created. The PEP is a reference document created for each project so that the team has a common understanding of overarching project requirements and is working toward the same objectives. PROJECT EXECUTION The PEP will also document staffing assumptions and prepare for the necessary amount PLAN of resources at each upcoming task order. Discipline leads will notify appropriate resource • managers within the firm of pending needs so that staff can be reserved. These needs are captured within Atkins' resource management tool to help make sure staff is available and workload is balanced. .. , management „ Our project quality manager, Mr. Roda, will lead the development of a project quality Figure 4. PEP components assurance plan (QAP) that will establish our internal procedures for ensuring quality task Local Experience { y� Cost -Effective Solutions Responsive Service d J� 91 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a order deliverables (Figure 5). The OAP will be based on Atkins' established quality and technical assurance manual that has been successfully implemented on countless projects. The QAP will identify peer reviewers selected for their experience, qualifications, and licensing status. Reviewer(s) will be separate from the day-to-day production aspects of the project to allow for fresh perspectives. Reviewers will be asked to verify work conforms to project requirements defined in the PEP and to recommend alternatives for value engineering that merit further evaluation by the project team. Figure 5. Atkins' QC ,� Y review process After notice to proceed is given, Mr. McCauley will 022111 coordinate * QC checking a kick-off Ready meeting with for QC airport staff, Verify corrections pepm Make corrections Resolve comments key Atkins personnel, and stakeholders to ensure all necessary parties are on the same page with a clear understanding of the task order goals and objectives. We will discuss policies, procedures, design standards, schedules, resources, and other project specifics. The PEP and QAP will be updated after this meeting. Willingness to meet time and budget requirements At Atkins we know staying within schedule and budget are important because every dollar saved in professional services fees can be used to build, operate, or maintain your facilities. And cost-effective design solutions allow you to stretch those development dollars further. We also understand cost and schedule are interrelated. Atkins has a proven track record of responding quickly and completing assignments on tight schedules when our clients have opportunities to capture funding and respond to business opportunities. We also understand delivering projects on schedule minimizes risk and helps control costs. For example, when initial bid prices for the new terminal development project at MKY exceeded available grant funding, Atkins worked with the airport, FAA, and FD OT to develop an alternative solution. Atkins repackaged the project into two separate sets of bid documents with nine various bid alternates and released them for readvertisement within a month. Specific to this project, Atkins understands the County has requested grant funding from FDOT for portions of the project. The amount of work done as part of the project must fit within the maximum grant amount and be tracked specific to the grant. Controlling schedules As previously outlined, Atkins will develop a PEP at the start of of each task order based on our understanding of the goals and objectives discussed in the project definition meeting. The PEP will include a schedule identifying key milestones established by the airport and validated with our technical expertise. This schedule will be shared with our various technical leads and their production teams. The assignment of a dedicated core project team, and the experience of our project manager, will help us to complete work on schedule and within budget. Our aviation team has a weekly staffing call to review project schedules and resourcing needs. In addition, there are weekly management calls to coordinate with teams in other regions. If supplementary resources are necessary to meet a deadline, we can call upon additional professionals from our other offices to help during particularly intense work periods. We have a well-earned reputation for completing quality work on accelerated schedules through the process of work -sharing. Our experienced staff, well-defined procedures, and strong appreciation of our clients' needs have contributed to the success of the most challenging and daunting of schedules. Additionally, based on Atkins' CCAA on -call services contract and MKY new terminal, apron expansion, and taxiway improvements project, we are very familiar with the County's systems and processes. Controlling design costs The key to developing and controlling design costs is ensuring all parties have the same clear understanding of the goals and objectives. Furthermore, once these goals and objectives are established, it is imperative to document them and regularly refer to them to monitor progress. As previously outlined, this will be completed through the development of our PEP at the start of each task order. Once the task order scope is agreed upon, Atkins will develop costs using our project estimating and pricing model (PEPM), a tool that allows our project managers to forecast total project costs starting with an estimate of the number of hours required to complete each task in the work breakdown schedule. PEPM accounts for associated overhead costs and calculates total labor costs based on appropriate billing rates for various staff levels. Subconsultants will submit anticipated staff hours and costs for their tasks, which Atkins will review. Expenses are added for reimbursables to arrive at a total project cost. After completing the first draft of the PEPM, our project manager will meet with our principal -in -charge to review the cost estimate. This allows for independent checking of the work to make sure all elements of the project are accounted for and possible risks are appropriately identified. o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 92 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Once the task order is executed, a project number will be assigned and a task breakdown structure will be created based on specific work elements and/or phases. Each task will be assigned an appropriate budget to complete based on the approved contract labor, expenses, and/or subconsultant fees. A task manager will be assigned to each specific task and will be responsible for controlling the budget of their associated area of work. The final task breakdown will be input into our Oracle E-Business Suite online accounting system, which provides project managers with the ability to monitor project budgets instantaneously at their workstations. Dashboard reports are generated daily that allow project and task managers to review charges to each task and compare that to the available budget. At a minimum of once each month, project managers are required to review charges to their projects and compare them to the amount of work completed. They are also required to input an estimate to complete the project, which is compared to the remaining budget. Performing this process monthly ensures deviations from the budget are caught as soon as they occur and reduces the risk of surprise at the end of the project. After project managers complete their monthly reviews, Oracle automatically generates reports for regional operations managers. These roll -up reports allow for checks and balances by the firm's senior leadership. Regardless of the reported financial performance, a structured project review will occur every other month between the project manager and principal -in - charge to provide an avenue for senior manager oversight. This check and balance helps to identify any necessary corrections as early as possible. Invoices will be generated monthly based on physical percent complete generated and approved by the project manager. This will provide a monthly update to the airport as to where the project budget stands. M M Controlling construction costs Controlling project costs during construction actually starts early on during the design process. As the task order is defined, project budgets are established with the goal of achieving the best value for the available funding. Atkins' project controls division will be available to assist our project team with budget and scheduling services. This division consists of certified cost engineers, registered architects, and professional engineers whose specialized responsibilities include preparing cost estimates and cost controls for our projects. Atkins' cost estimating staff members have extensive experience developing cost estimates from the conceptual to bidding stages, bidding strategies, comparative analysis, and value engineering for various agencies for numerous project types. Atkins will first prepare a rough order of magnitude cost estimate as part of the project evaluation report to assist with the selection of a preferred solution. This estimate will be updated and refined with each subsequent design submission to arrive at the final engineer's estimate for the project. During the project evaluation phase, the Atkins team will validate the project budget used for grant applications. This information will be paired with the data collection results to establish limits of work for the project. Since many details of the construction are not yet known at this phase, rough quantities and historical cost data will provide the best predictor of construction costs. A relatively large contingency percentage between 15 and 20 percent is typically used at this phase to offset the risk of unknown design details. For the 30 percent design construction cost estimate, data collection is complete, project elements are defined, and preliminary designs are available. This allows enough information to begin refining the estimate, but there are still outstanding construction details and phasing decisions that can present an impact to the cost estimate. At this stage, quantities are better refined, but sound professional judgment is still needed to "fill in the gaps." Therefore, the Meeting time and budget requirements When initial bid prices for a new terminal development project at MKY, exceeded available grant funding, Atkins worked with the airport, FAA, and FDOT to develop an alternative solution. Atkins repackaged the project into two separate sets of bid documents with nine various bid alternates and released them for readvertisement in under a month. 01 o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 93 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a contingency percentage can be reduced but typically remains in the 10 to 15 percent range to offset risk of unknown details. For each construction document phase milestone (60 percent, 90 percent, and final design), a progressive amount of design elements will be known. The construction drawings and specifications will be developed so that quantities can be calculated with an increasing level of accuracy. Atkins will work with the airport to develop methods of measurement and payment for each work element that will refine the way quantities are calculated. With each estimate, the contingency percentage will gradually be decreased such that the final design estimate includes minimal contingency. If cost estimates exceed anticipated funding, we will work with the airport to identify opportunities for value engineering. Responsive service Finally, a quality, well -checked work product will increase cost competitiveness during the Atkins' project controls bidding process and therefore the accuracy of our cost estimating. Our team will perform division will be available repeated QA/QC reviews during design and meet regularly with the airport to develop final bid to assist our project documents that clearly and completely reflect the project components to be undertaken by the team with budget and contractor. We will also perform a constructability review to determine any potential cost savings. scheduling services. Once bids are received, our estimators and design team will review them and conduct an assessment to compare the bids against each other and against the engineer's estimate to identify any peculiar and/or unbalanced unit costs or irregularities. Specific information on past project performance that demonstrates our ability to meet owners' budgets, including change order history on similar projects, is provided in Table 3. (ODA Table 3. Atkins' PINS Cargo Apron Expansion $7.71 million $7.89 million PINS Corporate Apron Rehabilitation $2.02 million $2.04 million temporary markings, utility adjustments, final quantity reconciliation 1/final quantity reconciliation 2/one was for power and communications related to replacing an existing electrical panel that failed. The other SAN Runway 9-27 Rehabilitation $13.39 million $13.30 million one included additional work for working around MALSR in -pavement lights, as they could not be removed; changes to some of the centerline light fixtures (making them dual circuit); and quantity reconciliation SFB Southwest Apron Rehabilitation $10.79 million $10.52 million 3/change base material, owner -requested additions, final quantity reconciliation Luis Munoz Marin International 4/reduced temp. road work, change in phasing, Airport Taxiway S Rehabilitation $5.90 million $5.68 million final quantity reconciliation SEF Runway 18-36 Reconstruction $4.29 million $4.32 million 2/delays due to airport events, final quantity reconciliation Tri-Cities Airport Runway 5-23 $14.98 million $14.04 million 3/additional shoulder work, sign changes, Rehabilitation final quantity reconciliation Local Experience { y� Cost -Effective Solutions Responsive Service ii J� 94 EVALUATION CRITERIA N0, 4: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM 0 0 a a Evaluation Criteria No. 4: Recent, Current, and Projected Workloads of the Firm Atkins takes pride in our reputation for completing projects within the 14 agreed -upon schedule. Many of our projects have been completed on a fast -track basis, allowing clients to meet critical tenant -imposed time frames or to qualify for funding options when they become available. Each proposed team member is committed and available to dedicate the necessary time to successfully complete this project. Our services will be performed in accordance with the mutually agreed -upon schedule and will provide a high level of quality and technical accuracy. In addition, our ability to meet the project schedule is enhanced by our proposed principal -in -charge, project manager, and quality manager being located within an approximately 1.5-3-hour drive from the airport. Atkins' aviation experience includes projects in Florida, including Collier County, and throughout the United States. Much of our project work has required completion within very strict schedules. Other projects have required our team members to be extremely responsive in reacting to dynamic schedules. Our experiences have shown that successful projects share three common components. the first component involves having adequate staff assigned to perform all project tasks; the second component includes the knowledge and expertise of key staff; and the third component is the required sense of duty and persistence with which key staff members perform assignments. To fulfill the first component, the Atkins team brings the combined resources of more than4,000 staff members in North America to this project, including approximately 900 staff members in Florida. With our team members' impressive history of providing aviation services, the number and quality of personnel available for this project is unparalleled in the industry. In regard to the second component, many of our team members have provided aviation - related services for more than a decade. Finally, the key individuals assigned to this project are dedicated to their profession, have performed unselfishly on projects in the past, and are committed to performing with equal devotion and diligence on this project. Availability Atkins proposes a team that has the expertise and availability to perform the projects under this contract. Atkins makes the commitment that all key personnel on our proposed project team will be dedicated to meeting the County's needs. All Atkins project managers and staff realize that on -time delivery is a key element in meeting our commitments to clients. Because of our resources and qualified personnel, Atkins can overcome unforeseen delays by assigning additional staff. We take great pride in our history of providing quality, timely services for our clients and are confident we have the available staff to meet your project needs. Atkins is fully committed to the successful completion of the County's airport project. Our team members are committed to providing quality professional services to the County and will be available, as needed, for the duration of this project. Our current workload affords us the availability to successfully execute the project scope of services. Should the need arise, Atkins can use additional resources to ensure the County's complete satisfaction. Responsive service Our team members are committed to providing quality professional services and will be available, as needed, for the duration of this contract. o Local Experience C `l, � Cost -Effective Solutions Responsive Service C J� 95 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Atkins continually monitors and projects our technical staffs workload.lhis type of resource management enables us to match project requirements to available manpower, identifying areas in need of staff augmentation. We continually assess backlog to confirm appropriate availability of the project team. "Through our successful completion of projects for CCAA and other Florida airports, Atkins is recognized as a firm that completes projects within established budgets and schedules while maintaining quality standards. We have analyzed our team members' closeout of recent work, current workload, and projected projects. As such, each team member's estimated availability percentage to complete all project elements is included in Figure 6. We have confirmed our team has sufficient time available to complete the project in a timely, cost-effective manner while maintaining quality. Atkins does not foresee any adverse workload impacts that could affect our ability to meet the County's needs and successfully complete this project. Figure 6. Team members' estimated percents of availability Cost-effective solutions We have confirmed our team has sufficient time available to complete the project in a timely, cost-effective manner while maintaining quality. 01 (120% 750% 10% 40% Thomas Roda, PE Kevin McCauley, PE Darin Larson, PE, Jonathan Hand Quality Assurance/ Project Manager LEED AP Airport Planning/ Quality Control Principal -in -Charge Airspace 0 M(Unl % 60% 40% 30% N O Fahnestock Javier Suarez, PE Bily Gomez, PE Joseph Duarte ant Assistance Civil Engineering Civil Engineering Construction Safety and Phasing 40°Yo 60% 30% 25% Manny Bejarano, Fleet Wulf, PE, PMP, Jerome Howell, PE Jose Castellanos, RA, Ph.D, PE LEED AP BD+C Airfield Electrical RID Pavement Engineering Drainage/Utilities Architecture T!ohn 0% 20% 20% 30% liter, PE, LEED David Heideman, PE Tom Farmer, PE, Praveen Ommi, CEP, BD+C Interior Building LEED AP BD+C VMA, LEED AP Structural Engineering Building Systems Cost Estimating TP 0% 30% 50% F 5% chael Ryan, PE, Brian Kelley TomaszTrebacz ott Wesson, PE P Construction Services Construction Services Environmental Construction Services 25% 20% 30% 30% Jason Hignite Harry Belton, RLA Kevin Scott, PE Elizabeth Gaines, PSM Planning/NEPA Landscape Geotechical Surveying/Subsurface Architecture Utility Engineering F 5% ian Dougan Security/IT Access Control Local Experience { y� Cost -Effective Solutions Responsive Service J� 96 APPENDIX /Gr931►1;`1 W LVAIaLl1a 9a��[mW_\9_lIIIwe 291IN a Appendix > General Bid Instructions acknowledged > Collier County Purchase Order Terms and Conditions acknowledged > Form 1: Vendor Declaration Statement > Form 2: Conflict of Interest Certification > Proof of status from Division of Corporations > E-Verify status > E-Verify Memorandum of Understanding or Company Profile > Form 3: Immigration Affidavit Certification > Form 4: Certification for Claiming Status as a Local Business > Form 5: Reference Questionnaires > Form 6: Grant Provisions and Assurances package > Vendor W-9 Form. > Insurance and Bonding Requirements > Relevant licenses and certifications > Addendum One Local Experience { y� Cost -Effective Solutions Responsive Service d J� 97 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a collier county Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: 0 General Bid Instructions has been acknowledged and accepted. © Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. © Form 1: Vendor Declaration Statement © Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http:Hdos.myflorida.com/sunbiz/ should be attached with your submittal. v'❑ Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. 0 Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE © E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. © Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. © Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. © Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. Vendor W-9 Form. 0 Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. n® The Bid Schedule has been completed and attached with your submittal, applicable to bids. 0 Copies of all requested licenses and/or certifications to complete the requirements of the project. 0 All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ® County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. © Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** Local Experience { y� Cost -Effective Solutions Responsive Service d J� 98 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a EL INSTRUCTIONS TO PROPOSERS 1. QUESTIONS 1.1 Direct questions related to this Request for Professional Services (RPS) to the Collier County Procurement Services Division Online Bidding System website: https://www.bidsync.com/bidsync-cas/. 1.2 Consultant/Proposer/Vendor/Firm must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. PRE -PROPOSAL CONFERENCE (if applicable) 2.1 The purpose of the pre -proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RPS with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RPS. Only written responses to written questions will be considered official, and will be included as part of the RPS as an addendum. 2.2 All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre -proposal conference for this solicitation. If this pre -proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. COMPLIANCE WITH THE RPS Proposals must be in strict compliance with this RPS. Failure to comply with all provisions of the RPS may result in disqualification. 4. AMBIGUITY, CONFLICT, OR OTHER ERRORS IN THE RPS It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RPS, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RPS from the Procurement Services Division. 5. ADDENDA The County reserves the right to formally amend and/or clarify the requirements of the solicitation where it deems necessary. Any such addendum/clarification shall be in writing and notifications shall be distributed electronically to all parties who received the original RFS prior to the deadline for submission of proposals. All changes to this RFS will be conveyed electronically through a notice of addendum or questions and answers to all Vendors registered under the applicable commodity code(s) at the time when the original RFS was released, as well as those Vendors who downloaded the RFS document. All addendums are posted on the Collier County Procurement Services Division Online Bidding System website: https://www.bidUnc.com/bidsvnc-cas/. Before submitting a proposal, please make sure that you have read all documents provided, understood clearly and complied completely with any changes stated in the addenda as failure to do so may deeming your submittal non -responsive. 6. PROPOSALS, PRESENTATIONS, AND PROTEST COSTS The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RPS, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 7. DELIVERY OF PROPOSALS 7.1 All proposals are to be submitted by the due date and Naples local time, on the Collier County Procurement Services Division Online Bidding System website: httl)s://www.bidsvnc.com/bidsync-cas/. 7.2 The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated. 8. VALIDITY OF PROPOSALS 8.1 No proposal can be withdrawn after it is opened unless the Consultant makes their request in writing to the County. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 9. METHOD OF SOURCE SELECTION 9.1 The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2017-08, as amended, establishing and adopting the Collier County Procurement Ordinance. ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Serviceii 9 99 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 M 0 0 0 a 9.2 If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. 10. EVALUATION OF PROPOSALS 10.1 Collier County will evaluate the proposals and select the firm in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act (CCNA). 10.2 The County's procedure for selecting is as follows: 10.2.1 The Procurement Services Director shall appoint a selection committee to review all proposals submitted. 10.2.2 The Request for Professional Services is issued. 10.2.3 Subsequent to the receipt closing date for the proposals, the Procurement professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RPS. 10.2.4 Selection committee meetings will be open to the public and publicly noticed by the Procurement Services Division. 10.2.5 In an initial organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publicly announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least seventy-two hours advanced notice. 10.2.6 Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the Request for Professional Services using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the proposals. 10.2.7 At the publicly noticed selection committee meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the materials presented to each other, and may ask questions of one another. Time will be allowed for public comment. 10.2.8 Collier County selection committee members may consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, clarification of proposer information, and/or additional credit information. 10.2.9 Once the individual scoring has been completed, the Procurement professional will read the results publicly. The committee will make a determination on which firms will be invited to give oral presentations by short listing the proposals submitted with the goal of having a minimum of three (3) firms giving oral presentations. The selection committee may ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their final ranking. 10.2.10 The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Professional. By having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into negotiations. 10.3 The County reserves the right to withdraw this RPS at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. 10.4 Receipt of a proposal by the County offers no rights upon the Consultant nor obligates the County in any manner. 10.5 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. IL REFERENCES The County reserves the right to contact any and all references submitted as a result of this solicitation. 12. RESERVED RIGHTS Collier County reserves the right in any solicitation to accept or reject any or all bids, proposals or offers; to waive minor irregularities and technicalities; or to request resubmission. Also, Collier County reserves the right to accept all or any part of any bid, proposal, or offer, and to increase or decrease quantities to meet additional or reduced requirements of Collier County. Collier County reserves the right to cancel, extend, or modify any or all bids, proposals or offers and to negotiate with any responsible providers to secure the best terms and conditions when it is deemed to be in the best of the County. County reserves its right to reject any sole response. 13. INSURANCE AND BONDING REQUIREMENTS ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 100 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP N 0 0 0 0 a 13.1 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Vendor shall be required to provide the Certificate of Insurance(s) with the limits set forth in the solicitation within five (5) days upon notification of selection for award. If the Vendor cannot provide the document within the referenced timeframe, the County reserves the right to award to another Vendor. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. 13.2 The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. 13.3 Collier County shall be responsible for purchasing and maintaining, its own liability insurance. 13.4 Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." 13.5 The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. 13.6 Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida 13.7 The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self -insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be Consultant's sole responsibility. 13.8 Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. 13.9 The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 13.10 Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. 13.11 If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 14. ADDITIONAL ITEMS AND/OR SERVICES Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Procurement Ordinance. 15. COUNTY'S RIGHT TO INSPECT The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 101 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 16. VENDOR PERFORMANCE EVALUATION a The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. The County reserves the right to take into consideration a vendor's past performance under a prior or current County contract when it is considering the granting of a new contract, the assignment of a work order, or any additional work. Past poor performance may result in the County deeming the vendor non -responsible and therefore refraining from awarding such work. 17. ADDITIONAL TERMS AND CONDITIONS OF CONTRACT 17.1 The selected Consultant shall be required to sign a standard Collier County contract or accept the County's Purchase Order terms and conditions to serve as a formal contact. 17.2. The resultant contract(s) may include purchase or work orders issued by the County's Project Manager (a/k/a Contract Administrative Agent). 17.3 The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements, other documents or agree to any exceptions to the County's terms and conditions provided by the Consultant. 17.4 The County's Project Manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 18. PUBLIC RECORDS COMPLIANCE 18.1 Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 18.2 The Contractor must specifically comply with the Florida Public Records Law to: 18.2.1 Keep and maintain public records required by the public agency to perform the service. 18.2.2 Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 18.2.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 18.2.4 Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 19. WORK ORDERS ON FIXED TERM CONTRACTS 19.1 The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. 19.2 Work issued that is determined to be against a "CONTINUING CONTRACTS" shall not exceed $200,000 or the maximum ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 102 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a sum allowable by law under Florida's Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, as amended, whichever is greater, and agreed upon by the parties. 19.3 Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 20. PAYMENT METHOD 20.1 Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: 20.1.1 Purchase Order Number 20.1.2 Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail East, Suite 700 Naples FL 34112 Or Emailed to: bccapclerk(&collierclerk.com 20.2 Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 20.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off- set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 20.4 Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 21. ENVIRONMENTAL HEALTH AND SAFETY 21.1 All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 21.2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. 21.3 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 21.4 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels 22. POLLUTION PREVENTION The vendor is required to implement industry relevant pollution prevention and best management practices. Should pollution incidents occur, Collier County Pollution Control must be notified immediately. 23. LICENSES 23.1 The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to DEEM CONSULTANT NON -RESPONSIVE. A Consultant, with an office within Collier County is also required to have an occupational license. 23.2 All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 103 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. 23.3 If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 24. SURVIVABILITY The Vendor agrees that any Purchase Order/Work Order/Solicitation Documents that extends beyond the expiration date of the original Solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination. 25. PRINCIPAL/COLLUSION By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 26. RELATION OF COUNTY It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 27. TERMINATION Should the Consultant be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. In the event that the award of this solicitation is made by the Procurement Services Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 28. LOBBYING After the issuance of any solicitation, no current or prospective vendor or any person acting on their behalf, shall contact, communicate with or discuss any matter relating to the solicitation with any Collier County employee or elected or appointed official, other than the Procurement Services Director or his/her designees. This prohibition ends upon execution of the final contract or upon cancellation of the solicitation. Any current or prospective vendor that lobbies any Collier County employee or elected or appointed official while a solicitation is open or being recommended for award (i) may be deemed ineligible for award of that solicitation by the Procurement Services Director, and (ii) will be subject to Suspension and Debarment outlined in section Twenty -Eight of County Procurement Ordinance 2017-08, as amended. 29. CERTIFICATE OF AUTHORITY TO CONDUCT BUSINESS IN THE STATE OF FLORIDA (Fl Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document should be submitted with the solicitation response and the document number should be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 30. SINGLE PROPOSAL Each Consultant must submit, with their proposal, the required forms included in this RPS. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub -consultant to any other firm submitting under the same RPS. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub -consultant to any other firm or firms submitting under the same RPS. All submittals in violation of this requirement will be deemed non- responsive and rejected from further consideration. 31. PROTEST PROCEDURES 31.1 Any Vendor who alleges to be aggrieved in connection with the solicitation or award of a contract, may protest to the Procurement Services Director, who shall serve as the sole receipt of the any and all notices of intent to protest and all formal protests. 31.2With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 104 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for the Procurement Services Director, to render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Director's decision. 31.3Any actual proposer or respondent to who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Director within three (3) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. 31 AA11 formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Director, and accompanied by the required fee. 31.5Complete instructions for formal protest are set forth in Section 23 of Collier County Procurement Ordinance 2017-08, as amended. The protesting party must have standing as defined by established Florida case law to maintain a protest. 32. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 33. SECURITY AND BACKGROUND CHECKS 33.1 The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the N '> costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 33.2 All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. 33.3 The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- FMOPS@colliergov.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. 33.4 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 34. CONFLICT OF INTEREST Consultant shall complete the Conflict of Interest Affidavit. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 35. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RPS, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 36. IMMIGRATION LAW AFFIDAVIT CERTIFICATION 36.1 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 105 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP individuals who are eligible to work in the United States. a 36.2 The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including Request for Professional Services (RPS) and construction services. 36.3 Exceptions to the program: 36.3.1 Commodity based procurement where no services are provided. 36.3.2 Where the requirement for the affidavit is waived by the Board of County Commissioners 36.4 Vendors are required to be enrolled in the E-Verify program at the time of submission of the bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. 36.5Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. 36.6 For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. 36.7 Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Certification: The Vendor hereby agrees to comply with the instructions above, by submission of a bid/proposal. General Bid Instructions are acknowledged and accepted. ***Updated on 02/28/20*** Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 106 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a J Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced herein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY'S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY'S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR'S expense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR'S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the "Local Government Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY alone, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 Local Experience { y� Cost -Effective Solutions Responsive Service J� 107 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, M costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or m death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non -Infringement a) VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. b) VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). c) If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, procure for the COUNTY the right to continue using the goods or services, or replace or modify the goods or services so that they become non -infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non -exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 Local Experience { y� Cost -Effective Solutions Responsive Service J� 108 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY'S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. Collier County Purchase Order Terms and Conditions are acknowledged and accepted. G/ Operations/Document Approved by Attorney Reviewed 12/18/13; 5/5/10 Local Experience { y� Cost -Effective Solutions Responsive Service J� 109 o i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Y 0 0 0 a fdiimmtA Semm& aepartq xrl x�art�r� SL-w�+ F� L- Vmir>]edadim Sbkmmmf CaVw Cam Ld®mm ChmP1S Nfpb% F1mdi 341IZ The ­&—mM as Vmdkir da:kFm 1w is empmw n ®de id - Eunmmlim Q mmwigmm >mh my der pmcm am dig prof n in rom7 hZ1 =d ®dg a and &Xk ucirkmmm Q %QL me wmd hem des the mmmumms, p�bf� M&I aad ambwzw, mWmm2mt% adufwmc of dim mhdmb=hwmbe filly emmmedam lie iimm� mgmm6 ff dis mhaMm uhmktd m ameptd by Calha Camay, 1b amgt a Puu mm Okder as a fam d a fmnd< mad m ft emmm a Cabe chamy fimm1 cmama fur paq a afeawwk6mg a cmShamd m&hmgkp I I day V Wkw and Cdtgcam9y, far dwj M e aFdl asI i - 1b dwifts perms ThE Vendn-mnsfha*Emftmitlad n limed npm day dnoamea- had by fe I ugfiNmml 7be Vey agues to raply waft 6E ei— u aaim wdb the ten% om bl� and qmmEE=m dmoa d h— aad amQdgg to Se pub smarm m a part of d a iom&es kkk Fariey i! Vmdw specs i0 ff zwafdbd a [aft fr fi ! gmi afdba mTvmQt, the Vefdar will ad he eICA& to cmqmb, siffk a p. bE aided, ar pwf f 1S a mdi- i bar soy mmndmbd wQk &nt is a rea It off moafde+ imdmat 11gVTM E 3 UTMR13W, WE ka sabmabidau mthm jD&V afI2 2020=tbE Cafyof Lee , m dba stm a F rkb Fm's Ifi¢ bhf : Aftirm North Arnm1[m� kw- Addmes 1514 Bmadmw. Sriu 202 Cky. Sbdl% zip cbdK Fort Myer& FL 33901 233M Fl0ii CfffifiOMP Uf Authady 17b®eir 14®bes 13B Fedad mm Neff DU 3+B[ 76BB111CAGE Cndrn 44TNO d,=#iw CAI QWk� -Daly ffccor Fed T&Vbme_ 239L271 J3411 r"a n_�son IohnLaom eby-- I Dann R Larson. PE, LEED AP TWI12C )Am President ---UICATF-DJAN M bD o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 110 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Adiitimml CkmhK1LwbffmA§= sml pwymmh�i= Aftrinc hlndh America trnr- edif Er mpmyn� d zspwjm die {'ifflAmanmw- AmefiW ElamIe 'Frf4 Cash A V Spmmid ■ AdbET& P_0_ Ek1K 4EII511357 cly. SUM, 21P AAwin. GSA3 0M T %d=IF- 850-JAM.7ms Inbmi_cmm uw - - �c4dbff Atidna ftilr M Amnenca Inc_ jrim pb� anim 0BUmbildff dam" Cantd ®E Din R_ Lamm m PE. L.EEID AP Vice President Aikkew 1514 ElmodgmV. Suite 202 CILY, SUM, M:p Fort Myer& FL 33W1 Tekpbmr239 1 3411 BnML dRlrLig axn Local Experience { y� Cost -Effective Solutions Responsive Service ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP C�Caway Admristrative Services Deparirnerrt Promminern Senwn Division Form 2: Conflict of interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules - The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity - The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information - The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Atkins North America, Inc. 42n=,JS= Signature Darin R. Larson, PE, LEED AR Vice President Print Name and Title State of I�(� j D County of f- tc The foregoing instrument was acknowledged befo me by means of B physical presence or L online notarization, this day of —N-40-i - (month), 20 (year), by Q5V x C) (name of pCrSK ackno ing). ( ignature of Notary Public - State of Florida) Personally Known OR Produced Identification k C- Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) ROSARIO GAINES•PERKINS _ _ Notary Public, State of Florida - - .Z ' Q My comm. expires Aug. 23, 2021 Commission Number GG137429 ***UPDATED JANUARI' 28, 2020*** Local Experience C `}, Cost -Effective Solutions Responsive Service —� J� 112 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Detail by Entity Name Page 1 of 4 a Florida Department of State DIVISION OF CORPORATIONS r J1 `/1)�1fJt9 1% / r r1lf1/J`.,'Org \ i� i[r� it ��l�rll i� ,-I ��� rut o//irin! �tru� uJ'FIUriJa IVYbsilr Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation ATKINS NORTH AMERICA, INC. Filina Information Document Number 233840 FEI/EIN Number 59-0896138 Date Filed 02/29/1960 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 11/12/2019 Event Effective Date NONE Principal Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Mailing Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Reaistered Aaent Name & Address EDGAR, C ERNEST IV 4030 WEST BOY SCOUT BLVD SUITE 700 TAMPA, FL 33607 Name Changed: 11/09/2010 Address Changed: 09/14/2015 Officer/Director Detail Name & Address Title President, Director NASH, GEORGE L., Jr. http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity 12/2/2020 o Local Experience C `l, � Cost -Effective Solutions Responsive Service J� 113 Detail by Entity Name ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Page 2 of 4 Y 0 M 0 0 0 a 10 EAST 40TH STREET 13TH FLOOR NEW YORK, NY 10016 Title VP, Treasurer Reinhardt, SUSAN C 3901 Calverton Boulevard, Suite 400 Calverton, MD 20705 Title SVP, Secretary EDGAR, C. ERNEST IV 4030 WEST BOY SCOUT BLVD., STE. 700 TAMPA, FL 33607 Title AVP MANTECON,ROBERTO D 800 WATERFORD WAY SUITE 700 MIAMI, FL 33126 Title VP MADDOX, CHARLOTTE A. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title SVP MICIKAS, MARK D. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title SVP JONES, JUSTIN P. 20860 N. TATUM BLVD. SUITE 260 PHOENIX, AZ 85050 Title SVP. COO BURNS, KENNETH J., Jr. 7604 TECHNOLOGY WAY SUITE 400 DENVER, CO 80237 Title VP http://search. sunbiz.org/lnquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 12/2/2020 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 114 Detail by Entity Name ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Page 3 of 4 Y a WENDRZYK, CHESTER W. 7175 MURRELL ROAD MELBOURNE, FL 32940 Title VP RYAN, MICHAEL R. 1514 BROADWAY SUITE 202 FT. MYERS, FL 33901 Title AVP MADDOX,PAUL 4030 W. BOY SCOUT BLVD - STE. 700 TAMPA, FL 33607 Annual Reports Report Year Filed Date 2018 02/15/2018 2019 01/14/2019 2020 01/02/2020 Document Images 01/02/2020 -- ANNUAL REPORT View image in PDF format 11/12/2019 -- Amendment View image in PDF format 01/14/2019 --ANNUAL REPORT View image in PDF format 02/15/2018 --ANNUAL REPORT View image in PDF format 01/06/2017 --ANNUAL REPORT View image in PDF format 02/12/2016 --ANNUAL REPORT View image in PDF format 10/08/2015 --AMENDED ANNUAL REPORT View image in PDF format 09/14/2015 -- AMENDED ANNUAL REPORT View image in PDF format 01/29/2015 --ANNUAL REPORT View image in PDF format 02/28/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/15/2014 -- ANNUAL REPORT View image in PDF format 04/17/2013 --AMENDED ANNUAL REPORT View image in PDF format 01/07/2013 --ANNUAL REPORT View image in PDF format 04/04/2012 -- ANNUAL REPORT View image in PDF format 01/05/2012 -- ANNUAL REPORT View image in PDF format 11/11/2011 --ANNUAL REPORT View image in PDF format 10/05/2011 --ANNUAL REPORT View image in PDF format 06/03/2011 --ANNUAL REPORT View image in PDF format 02/04/2011 -- Name Change View image in PDF format 01/05/2011 --ANNUAL REPORT View image in PDF format 11/09/2010 -- Reg. Agent Change View image in PDF format 07/14/2010 -- Amendment View image in PDF format 04/09/2010 --ANNUAL REPORT View image in PDF format 01/13/2010 -- ANNUAL REPORT View image in PDF format http://search. sunbiz.org/lnquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 12/2/2020 Local Experience { CE Cost -Effective Solutions Responsive Service d J� 115 Detail by Entity Name ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Page 4 of 4 Y a 02/03/2009 --ANNUAL REPORT View image in PDF format 12/29/2008 -- Merger View image in PDF format 12/01/2008 -- ANNUAL REPORT View image in PDF format 11/06/2008 -- Reg. Agent Change View image in PDF format 08/20/2008 -- Amended and Restated Articles View image in PDF format 02/13/2008 --ANNUAL REPORT View image in PDF format 01/09/2008 --ANNUAL REPORT View image in PDF format 01/29/2007 --ANNUAL REPORT View image in PDF format 03/14/2006 --ANNUAL REPORT View image in PDF format 02/20/2006 --ANNUAL REPORT View image in PDF format 10/11/2005 --ANNUAL REPORT View image in PDF format 02/14/2005 --ANNUAL REPORT View image in PDF format 01/29/2004 -- ANNUAL REPORT View image in PDF format 01/15/2003 -- ANNUAL REPORT View image in PDF format 01/27/2002 -- ANNUAL REPORT View image in PDF format 03/12/2001 --ANNUAL REPORT View image in PDF format 01/20/2000 -- ANNUAL REPORT 01/15/1999 -- ANNUAL REPORT 01/14/1999 -- Merger 09/29/1998 -- Merger 01/06/1998 -- ANNUAL REPORT 02/04/1997 -- ANNUAL REPORT 01/25/1996 --ANNUAL REPORT 01/03/1995 --ANNUAL REPORT View image in PDF format norm, Decertme,t & smote, Dim: of corporeno,: http://search. sunbiz.orglInquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 12/2/2020 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 116 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP E-Verify a Atkins is enrolled in the Department of Homeland Security's E-Verify Program. Atkins has been in full compliance with this program since 2007 and verifies the employment eligibility of all new hires through E-Verify. In response to the RFP requirement, Atkins submits the following documentation as enrollment verification: > E-Verify system -generated "Company Information: for Atkins North America" > E-Verify Program for Employment Verification Memorandum of Understanding (MOU) dated October 4, 2007 On April 1, 2011, PBS&J changed its name to Atkins North America, Inc. Atkins is committed to compliance with this program and attests to the MOU agreement that was generated upon the firm's initial enrollment in 2007. E-Verify User Identification Number > E-verify user identification number: 58042 > Date of authorization: 10/04/2007 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 117 EmployerWizard ATKINS, A MEMBER OF THE SNC-LAVALIN GROUP Page 1 of 1 Y 0 M 0 0 0 a ruT ,*y GEC4 J USA E VeriFy. Illllli F _ Welcome User ID Last Login Employment Eligibility Verification Kevin Brown KBR00042 11:15 AM - 04/26/2011 Log Out Home I Company Information My Cases New Case View Cases Company Name: Atkins North America View / Edit My Profile Company ID Number: 58042 Edit Profile Doing Business As (DBA) Change Password Name: DUNS Number: Change Security Questions My Company Physical Location: Mailing Address: Edit Company Profile Address 1: 2001 SW 107 Avenue Address 1: Add New User Address 2: Address 2: View Existing Users City: Miami City: Close Company Account State: FL State: Zip Code: 33172 Zip Code: My Reports County: MIAMI-DADE View Reports My Resources Additional Information: View Essential Resources Employer Identification Number:590896138 Take Tutorial Total Number of Employees: 2,500 to 4,999 View User Manual Parent Organization: WS Atkins Contact Us Administrator: Organization Designation: Employer Category: Federal Contractor without FAR E-Verify Clause NAICS Code: 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL View /Edit SERVICES Total Hiring Sites: 93 View / Ed' Total Points of Contact:1 U.S. Department of Homeland Security - www.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov r/ View / Edi Accessibility Download Viewers 4/27/2011 �; tllttlll� Local Experience { y� Cost -Effective Solutions Responsive Service / J� 118 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Company ID Number: 58042 y THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and the Atkins North America (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, "Employment Eligibility Verification" and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives' contact information changes. 3. The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee's E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 119 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP y Company ID Number: 58042 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutoria will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, N the Employer agrees to make a photocopy of the document and to retain the photocopy with the M employee's Form 1-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures. a. The following modified requirements are the only exceptions to an Employer's obligation to not employ unauthorized workers and comply with the anti -discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 120 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form 1-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 1-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form 1-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article 11.13 of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 121 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 M 0 0 0 a Company ID Number: 58042 (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274E of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration -related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-VerifyCo)dhs.gov. Please use "Privacy Incident — Password" in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 122 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally -approved, federally -certified, or federally -recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer's services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any "employee assigned to the contract" (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 123 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee's work authorization has not expired, and iii. The Employer has reviewed the Form 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 complies with Article II.A.6, ii. The employee's basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 124 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA's database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA's database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight -day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 125 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP E-Verify.......* 4. Company ID Number: 58042 b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer's E-Verify users a unique user identification number and N password that permits them to log in to E-Verify. 0 M r O 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service — J� 126 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP N 0 0 0 0 a E-Verify.......* Company ID Number: 58042 case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative non confirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee's E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee's response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 127 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 employee to contact DHS through its toll -free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee's Form 1-551, Form 1-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee's documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service 128 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer's participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer's business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non -Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 11 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 129 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a y Company ID Number: 58042 Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 130 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a E-Verify Company ID Number: 58042 Approved by: Employer Atkins North America Name (Please Type or Print) Title Maria A Vila Signature Date Electronically Signed 10/04/2007 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 10/04/2007 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 131 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP E Verify Company ID Number: 58042 Information Required for the E-Verify Program Information relating to your Company: Atkins North America Company Name 4030 West Boy Scout Boulevard Tampa, FL 33607 Company Facility Address Company Alternate Address County or Parish HILLSBOROUGH Employer Identification Number 590896138 North American Industry Classification Systems Code 541 WS Atkins Parent Company Number of Employees 2,500 to 4,999 Number of Sites Verified for 93 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 0 Local Experience � Cost -Effective Solutions 0 V Responsive Service 132 o J /�i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a E-Verify Company ID Number: 58042 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: ALABAMA 2 site(s) ARKANSAS 1 site(s) ARIZONA 1 site(s) CALIFORNIA 13 site(s) COLORADO 2 site(s) FLORIDA 23 site(s) GEORGIA 5 site(s) KENTUCKY 1 site(s) LOUISIANA 2 site(s) MARYLAND 1 site(s) MISSISSIPPI 3 site(s) MONTANA 4 site(s) NORTH CAROLINA 4 site(s) NEBRASKA 1 site(s) NEW JERSEY 1 site(s) NEVADA 2 site(s) NEW YORK 1 site(s) OREGON 1 site(s) PENNSYLVANIA 4 site(s) PUERTO RICO 1 site(s) SOUTH CAROLINA 1 site(s) TENNESSEE 1 site(s) TEXAS 11 site(s) VIRGINIA 5 site(s) WASHINGTON 1 site(s) WISCONSIN 1 site(s) Page 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 133 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a E Verify Company ID Number: 58042 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Kevin A Brown Phone Number (305) 514 - 3480 Fax Number (305) 594 - 9446 Email Address kbrown@pbsj.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 134 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a E-Verif0 4' . "'6 ........... Company ID Number: 58042 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 135 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP C.o per Coza�ty Ant Proaxement services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the fine and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program OIM://www.e-verify.gov/), at the time of the submission of the Vendor's proposaUbid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposallbid. Atkins North America, Inc. (� Company Name Signature Darin R. Larson, PE, LEED AP, Vice President Print Name and Title State of County of L The foregoing instrument was acknowledged before me by means of 11jhysicalmresence or ❑ online notarization, this _j day of T)C-0— (month), 2 O'LO (year), by oSP,Qs 0 t,r�'� V-4u>`wS (name of pe on ack^owl Ting . (S gnature of Notary Public - State of 1=londa) Personally Known OR Produced Identification kIC Type of Identification Produced (Print, Type, or Stamp Commissioned Name of Notary Public) ROSARIO GAINES-PERKINS 41 ib......, Notary Public, State of Florida s9J:i Q My comm. expires Aug. 23, 2021 Commission Number GG137429 ***UPDATED JANUARY 20.2020*** 0 Local Experience � Cost -Effective Solutions �� Responsive Service J' 136 �i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP cam' Comte khrmmr,*a-ra, DT&bwYl PrpMFeMeN'ffW*! DM MM FQ -& Veadar SwbmmIIi—Lad Vs bzrFYEf� #.i St sk of Fla QbAml Commlf iFVsdar 6 #xried m a Lacd Eksim ss) ❑ Craw comi.T ® Lme Cmr ty V6 mor AMC it is a lX21 lam as deCmEd by The PmammEft Ckd=mm of dE CaOw Cbmly Bmd ai ChmLy Leo andtbe EMbmM hs ddiaEd a Se�az Filbmatitie �>��' Pao®� 0��� Lao16® nomn de vsdar 1m a'BQamm 7ILK Eames M�d 4]Fffie CAUM CMnL7 Rm CdBLklLpor igbid or pmpml ml � in do b® m1m Ca1Fa Corte, mad gmt idmtifie! Se h� vift a psaaomt phjaal bL�m whimm lnczled mgimd w b=b ufCbOw try f�vrtidifbe vm&m-s isaffnpsous mdpNlWEEsbn a mamma amedfQd w cmubmt ufsadbb® A F mrCNHm Bmira f ci t+j dza UNA Ira pemz�m�rr..� mKhm 2 cuummuUmtNiff. storms mod, a< of -,*.m. sail nd be o d fa t; E pmpem of sad pkymd adds& N addrmage fimEgmm avenda NWM MAIM OMM&NEd a alb®me zdm a cmailmmm in The ai¢ de4ebqmnmtmd wPR4bebg of Cdhw Cain avmxfidbb and mmmmmbbyvmy_ Musnay akdP, batnwbe lmad lc� the elan and mpmm of mgd"meot npim=obq mppxt and i in de QmmtyS tm bLsi% and A aFepbrym mdpnm3pLb aftmb�wl Cara CaA_ Vmdna del atfum a --- tEiir mm4>mca Rik d E at d e tme afyWImmEffing dffw lrodar weal in bt far mmmubnm a a'brd bad' ands gm -"— A smft mim die Loot Pndbmm mom *fib fum m o popmd or lad mimmilBd lu IM Cond�F mffl kne Imp n1gp1b dma Laud Pmefmmca sham fQ apa d ufnp in a ym mdatm sum Vmdor mmt omw1ift 16be f ffimmg mfiffmMxnm VMFdeg Ewa [3:utia Cnm*.y or E leE f'onitir- 2IIDr..ti Nmba of Employes OwmmI�i) err c 41 >`Mba of Employers L mmg m ❑ cdhw Caoatpar MA S) or Cagmae offiamo=1&-- R mWoMed by the Cam. Val wdl be mgmed in prvv dommmutimm mb=tkft dma k&ffmmtlm gmm m tkim Ufflificgfim_ Faber to do w m7 resit in ■e■irs mba®abeam dmm d cart mppILmbb- Siwn andDaie CwfiffKmfigw Ukdrpmmm'bm and ere }ewal} dmttw dam diaries m tkwjbm is cmwrf in mw Cmpmy N: AM= North Ammcmr kw - DOLE 121100M AddmmbL Cam or Lee = 1514 BrcmdwW Sri Fort Ntys& FL 33901 gm=E _, - Ikb-- Vke PrE derd ... UPD TEDIAN-LiRY29r nN— LocalExperience C `}, Cost -Effective Solutions Responsive Service/ J� 137 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP suocoo44 ve- coty& "Iv- Local Business Tax Receipt Tax C �tor srke of Flo?aO Dear Business Owner: Your 2020-2021 Lee County Local Business Tax Receipt is attached below for account number 0600345. If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 4-0. Lee County Tax Collector ----------------------- - ---------------------------------------- 2020 - 2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 0600345 Location: 1514 BROADWAY STE 202 FT MYERS FL 33901 ATKINS NORTH AMERICA INC ATKINS NORTH AMERICA INC 4030 W BOY SCOUT BLVD SUITE 700 TAMPA FL 33607 7016 0750 0000 7024 1035 Account Expires: September 30, 2021 ENGINEERING FIRM THIS LOCAL BUSINESS TAX RECEIPT IS NON Payment Information_ PAID 558742-75-1 07/21/2020 08:18 AM $30.00 Local Experience 0 Cost -Effective Solutions Responsive Service J� 138 �= e ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Form 5 Reference Questionnaires a Included in Evaluation Criteria No. 2 o 139 Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE. Pate Certification and Form GCA-2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions GCA-3:6 Disadvantaged Business Enterprise (DBE) Utilization (Forms 1-4) GCA-7 Collier County Conflict of Interest Certification GCA-8 Certification of OffererBidder Regarding Tax Delinquency and Felony Convictions GCA-9 GCA-Certification Regarding Lobbying GCA-10 Acknowledgement of Grant Terms and Conditions GCA-1 o 140 Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT 1.B GRANT CERTIFICATIONS AND ASSURANCES a COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Darin R. Larson, PE, LEED AP Name Vice President Title Atkins North America, Inc. Firm General Professional Services for Airports (FAA Funded) Project Name RIPS No. 20-7806 Project Number 59-089138 Tax ID Number 360768811 DUNS Number 1514 Broadway, Suite 202, Fort Myers, FL 33901 St r et Address ity, State, Zip LO7— Signature Local Experience { y� Cost -Effective Solutions Responsive Service J� 141 ��' GCA - 2 �� e ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization FORM 1 The undersigned bidder/offerer has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The bidder is committed to a minimum of 8 % DBE utilization on this contract. The bidder (if unable to meet the applicable DBE goal of 4.2%) is committed to a minimum of % DBE utilization on this contract and has submitted documentation demonstrating good faith efforts. Name of bidder's firm: Atkins North America, Inc. State Registration No. 233840 By (1 p M M (Signature) 0 0 0 a Vice President Title o 142 Local Experience C `}dns3 , Cost -Effective SolResponsive Service/ J� ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES a COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Atkins North America, Inc. Address: 1514 Broadway, Suite 202 City: Fort Myers State: FL Zip: 33901 Name of DBE firm: E.F. Gaines Surveying Services, Inc. Address: 5235 Ramsey Way, Suite 10 City: Fort Myers State: FL Zip: 33907 Telephone: 239.418.0126 Description of work to be performed by DBE firm: Surveying ----------------------------------------------------------- The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ 4% Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. E I IZd be}� �(� I n eS Digitally signed by Elizabeth Gaines By l Date: 2020.12.02 11:31:16 -05'00' President (Signature) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. GCA - 4 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 143 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a EXHIBIT 13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization LETTER OF INTENT FORM 2 (Submit this page for each DBE subcontractor.) Name of bidder's firm: Atkins North America, Inc. Address: 1514 Broadway, Suite 202 City: Fort Myers State: FL Zip: 33901 Name of DBE firm: Faith Group, LLC Address: 3101 S. Hanley Road City: St. Louis State.MQ Zip: 63143 Telephone 314.991.2228 Description of work to be performed by DBE firm: Security/IT/Access Control The bidder is committed to utilizing the above -named DBE firm for the work described above. The estimated dollar value of this work is $ 4% Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By (Sign ANC (Title) KL I If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. GCA-4 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 144 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (M/WBE) GOOD FAITH EFFORTS FORM 3 Prior to an award, all bidders/proposers will be required to document a "Good Faith Effort" to secure disadvantaged, minority/women-owned and/or businesses as subcontractors/sub- consultants/suppliers. In the case of some construction projects, this documentation may be submitted after award of the contract, for those subcontract areas occurring later in the construction process. Fulfillment of the "good faith effort" can be accomplished by: 1. Attendance of pre-bid/pre-proposal conference, as scheduled by the County. 2. Efforts to follow-up initial solicitation of interest by contacting disadvantaged/minority/women- owned firms to determine with certainty whether these firms are interested. 3. Efforts made to select portions of the work proposed to be performed by disadvantaged/minority/women-owned firms in order to increase the likelihood of achieving participation (including, where appropriate, breakdown of subcontracts into economically feasible units to facilitate participation). 4. Documenting each disadvantaged/minority/woman-owned firm contacted the conclusion or decision regarding inclusion and reasons for the conclusions. 5. Efforts to assist the disadvantaged/minority/women-owned firms contacted that needed assistance in obtaining bonding, lines of credit or insurance. 6. Efforts that demonstrate that the contractor effectively used the services of available community organizations, contractor's groups, local, state and federal agencies, small businesses, disadvantaged/minority/women business assistance offices and other organizations that provide assistance and placement of disadvantaged/minority/woman-owned businesses. Company Name: Atkins North America, Inc. Printed Name: Darin R. Larson, PE, LEED AP Title: Vice President Signed: �)O_� Date: December 8, 2020 GCA - 5 Local Experience C `}, Cost -Effective Solutions Responsive Service J� 145 i ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 M 0 0 0 a EXHIBIT LB GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY AIRPORT AUTHORITY Disadvantaged Business Enterprise (DBE) Utilization (M/WBE) OPPORTUNITY LIST FORM 4 Prime Contractor/Consultant Atkins North America, Inc. Address / Phone Number 1514 Broadway, Suite 202, Fort Myers, FL 33901 Procurement Number RPS.: 20-7806 Disadvantaged businesses and minority vendors, as defined in the Federal Code of Federal Regulations or Florida State Statutes must have the opportunity to participate on contracts with federal and/or state grant assistance. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 04-3653931 X DBE (Disadvantaged) X LESS THAN $1 MIILION FIRM NAME E.F. Gaines Surveying Services, Inc. MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 239.418.0126 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 5235 Ramsey Way, Suite 10 NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP Fort Myers, FL 33907 MORE THAN $15 MIILION YEAR FIRM EST. 2002 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # 20-0568153 X DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME Faith Group, LLC MBE(Minority) BETWEEN $1 - $5 MIILION PHONE 314.991.228 WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS 3101 S. Hanley Road NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP St. Louis MO 63143 X MORE THAN $15 MIILION YEAR FIRM EST. 2004 FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. FIRM INFORMATION FIRM TYPE ANNUAL GROSS RECEIPTS FEDERAL TAX ID # DBE (Disadvantaged) LESS THAN $1 MIILION FIRM NAME MBE(Minority) BETWEEN $1 - $5 MIILION PHONE WBE Women BETWEEN $5 - $10 MIILION STREET ADDRESS NON -DBE BETWEEN $10 - $15 MIILION CITY, STATE, ZIP MORE THAN $15 MIILION YEAR FIRM EST. GCA - 6 Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 146 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES a COLLIER COUNTY Conflict of Interest Certification RPS: 20-7806' Collier County Solicitation No. I, Darin R. Larson, PE, LEED AP , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Darin R. Larson, PE, LEED AP Name Vice President Signature December 8, 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 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-7 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 147 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES a 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 (V) 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. Darin R. Larson, PE, LEED AP, Vice President Name Title Atkins North America, Inc. Firm 0 Signature GCA -s Local Experience 0 Cost -Effective Solutions Responsive Service J� 148 �= e ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT LB 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 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. M r O a 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, Atkins North America, Inc. , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 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 d disclosure, if any. �"_R Kv"— Signature of Contractor's Authorized Official Darin R. Larson, PE, LEED AP, Vice President Name of Authorized Official and Title December 8. 2020 GCA-9 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 149 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES a COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Atkins North America, Inc. Authorized Signature Address 1514 Broadway, Suite 202, Fort Myers, FL 33901 Solicitation/Contract # RPS.: 20-7806 GCA - 10 Date December 8, 2020 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 150 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to www.irs.gov/F6rmW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Atkins North America, Inc. 2 Business name/disregarded entity name, if different from above M a)3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see a p ❑ Individual/sole proprietor or it C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): 0 single -member LLC Exempt payee code (if any) '� ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `0 2 Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting c H LLC I the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is LLC is from for federal code Of any) nc, another that not disregarded the owner U.S. tax purposes. Otherwise, a single -member LLC that Y is disregarded from the owner should check the appropriate box for the tax classification of its owner. .� ❑ Other (see instructions) ► (Appuaa ro account ,nantanadwWda 0, U.S.) (n 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 4030 W. Boy Scout Blvd., Suite 700 6 City, state, and ZIP code Tampa, FL 33607 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number _ -Ell backup withholding. For individuals, this is generally your social security number (SSN). However, fora resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1 Number To Give the Requester for guidelines on whose number to enter. or Also see What Name and I Employer identification number Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement ORA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here U.S. person► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormIN9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Cat. No. 10231X r/e dLLL /c Date ► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Form W-9 (Rev. 10-2018) 0 Local Experience Cost -Effective Solutions Responsive Service L � tip .�� 151 � o ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 4 y 1• F y • yak l a IU�UYI uc e E o ud Type Re gaired Luni[: l- ® vwwimemcDmpmmabm sadzim Lim of Fimdt 9mme% Chspow 440 mad mill Feral Gmmmmm* sadzim T adXwVkmmqift Evik-ace of WodDffs: Camps sadom -a%wW or a Ca-dEcate of F.-Keaptioa issued by 1he State of Florida is requmr d. Fsntides dw are formed as Sale Proprietorships shall not be reqdaed to pravide a proof of EmmpbaiL An aWbakiian far moemptian caa be abLd" om]me at htrps:r': a fldfs oaabbooex-Empe' 2. ® EmpinPe's LWaky 1fl0DftNmhkm& pe- mozemm 3, ® Cbnmmal cmeml BmW hgwy ad Ampwly pw�pwm) VnImmmd Knorm 1.011110PR mWe lm & p3 av=HMCP� RA0DfiW for Fbmw ISO fi� h*mY Liid ilby ed AMPStIF I7mLii &My- Ibis shmill iabm Pomisms and Opedotq hdmpmdm2 cmdmPmftm mmd Cmmpbiml Opel® and Cal Lh&mY- 4- ® lsammfflnmtim Tode � m2etpr=t1Pdb3r F'kIEMk IIII.M,BW 21dl defend, �y and hoid mom1m Calls Ca.>djr, m at poem ad omplwym ftm my and OR loOs and a06 a hXFM& ba art Bailed ID� reeomble M=meW fma ad ems' keg in de eaot aid by de mftk� o< imumtkmIlly mmmq0l Dm&= ufde iromwwwd ❑mdoE ar am7� eapll<pd oFml m1by the CmdrodwERAmdur in tl:pwfi� J4ppmomm 5L ® Aulmmbiba Iabmdy $ >,OIOflift Bam OmmmKm� sty btaY & PmpMy DmtqA An=mbdE hckmk a- ® Otm meo®a as mteL ❑wmmmmt 141r co mmm ❑ Undmd Saab and EWdxmvudum!s J1= ammmW shdi be mziiia� wbmm apphdi1k!1bfhe ohm of dl>`am]L $ Pei Om� ❑ NkoMm Cauma U0 Ax* abol be =m=md whoa gWbabby b An $ Pei Om� ❑ Aunwill Lmbiny nmmap! ml be a>®d is lid of mot hm fl� $SAME em& aa� if appbdfe lade ohm offle Semmmmderlm Agumm, m $ Per Ou e ® Pdbam $1.00D,flOG F+er O®a ® Pmfemimd Lhmuy $ _II,MI,= Per dwiza & iate aka ❑ Pm*d Pm&Ec� Lsbaity $ Per CkXXUERa ❑ Vskmbi ` Pis h� '#i Pmr Oar� ❑ c jber Lwmuy $ Psr Orommmm ❑ TeholoffIums & $ Pe' Orcar� 7_ ❑ Bids Sha be 9ddlei Vdb pUq®1 3fflp� a 1111B 15W= of atlfied fend% aB11Ia2 cbek ar m mmNnabla Imm of amp a ask bmd pad mm& de Obmity Cb*d oQ popnd bmd m m amz aqml ie :Y% of dl m mst ppmL All shaR be mw1he paydilha is de Catm Cemty Bold of Comaf t:� m a bmk a met cm my Inawsl a Im Sibrbp� of Fhz da mad me d by 1m Fadmi Dqxmk i� CmP mm Local Experience o C `}, Cost -Effective Solutions Responsive Service/ J� 152 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP JL ❑ Perky and Psyo t Far I jR ' m ® of $WON. bi dam be wilammlEd >h the end ]Woodhi oaffitu by F mpa ==k and wnum fur l on% of dbe Cauad aa�d muoz� the € a I by the Pmpaia, �■� = I The Paf� ad Payment >lzi dmal be umbromum by a wulf muth�d to do I i is den Sak of Fly wd 11+*if 1 ammUiie in Damer, p qF" lmeaer, ilte wal" dal I e sated m aA7a ar a to Umeal pahU hm&ko mi ng imd Ciao F ar him n mig m in fnmnd sip Grp amd dm aaaaa mq=Ed dill out end 594 of the rqxrled pdxy holdeW wgdn% all as e I is the umm maw 1309 �Y �� Pahli�ed bl fL1lL >le� �pam�, ric �F'75 Faban Stet, Near Yam NEW YG& mm l_ [K Vmdor dhal a dat ail Baum amply adk de ilac he is iegmad to oErL 71he smte Van]= dell pmQideCaMLY wi& angficam of k� the mp®d - gums 10_ Ej Cam Caany num be omed m ' DIffiJEWA r. IlMSEQ' m. dw Caf fK3M fBr Cad fTMOC1 Ism whse mipmd Thu i dal be pm=y ad ukk a3I - in amy adar ie� mamumeil bl, tff mwz1b11Iia for daebmElk of SE Addi um d lamed amdtbe VkWic s pobey dmal he end aomnhq f_ 11_ Ej The Cksiffime Holder dal Im mid m Cain Cbuay Bawd aF Cbuaty Ca=Lmioaa% Olt. Bkwd of Camty is C RW cmmly. Olt Caita Cry GeqfflMfflffl1� OIf Cain camlY the Cook=14=ber, ar Pu4ma NmmbEg; or spdk Parj ml denqgmn� ar men mmk Far amy aed dl wok pedmned an behdf of Caftr CmnKy 12 El 0& A ie Cam Hddtr and MUL CROW C=2Y ]lid of Cnmt]F 3M Tbmintd TcW EWok Nqk% FL 34112 0 N 14_ CD11iel Cm ry shall Faacure and maimin DuiLders Risk IFln=.-e as a]L a mstrucui m projem Adhere u ii deemed aecaisaay. Such cov-Erag shall be endo¢sed to cm --Er the iueraiCs of CDWe7 Camw as we]L as [be Comtradw. Prenlium sbaLL be bLLled tD rbe projers and rbe Cbnbm= shaLL nas include Bu lr m Risk Fran= in xs pmj ect propcsaL aQ pTolect biLLings_ All guestiams regarding Sui]def5 Risk Ihn=awillbe ad&mBdby she CbLlier CmiOly Risk Nfan.ageaMLnt D«VL5iaa. a ill -I - cc Fenirs 1� We>isiaodt m i- - af*h spedi3ft� aadilact m EwWkmre of mmmdd-W =y1m o> edv fzQe (j dag C"M afits The a whomandmstpmoide oomra� iQa �i>f d> maws fnan�e date DFaaaod Name of Fen Ailxza Ww& "UM, Inc ICI P*tName Daim l_ Lam IF, I All DWE 12MOM 1� AgmU MmhUSA, >oc Nmkn) AgmztNa Chd9MFhhmrif TdmphumNbmber U4 Atlom paw of CMEN2 A spo Gmmkz, II & 1� Cmdfiraft AjkKkWWdw 3M-514 o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 153 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP O Y a Atkins Professional Licenses and Business Tax Receipts State of Florida Department of State I certify from the records of this office that ATKINS NORTH AMERICA, INC. is a corporation organized under the laws of the State of Florida, filed on February 29, 1960. The document number of this corporation is 233840. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 2, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Second day of January, 2020 pyy�1HE S� a WE T Secretary of State Tracking Number: 2738575068CC To authenticate this certificate, nit the following site,enter this number, and then follow the instructions displayed. https://we ices.s,nbi,.org/Filings/CertificateOfS3 tus/CertifsnteAA,thentindon q1,"D,1b,—­ "G, Halsey Beshears.5ecreGry dFdda r STATE OF FLORIDA PW DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES ATKINS NORTH AMERICA, INC 4030 W BOY SCOUT BLVD STE 700 BARBARA OTT TAMPA FL33607 LICENSE NUMBER: LC0000052 EXPIRATION DATE: NOVEMBER 30,2021 Always verify licenses online at MyFloridaticen-com o ,�o Do not alter this document in any form. O This is your license. It is unlawful for anyone other than the licensee to use this document. R Flood.D.p.rmKn$or Agricahamana Coes sarwce, Division of Consumer Services License No.: LB24 n'' Boas of Profemional Surveyors and Mappers Expimdon Date Febmary28, 2021 1 200.5 Ate,Wbee Pksow Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes ATKINS NORTH AMERICA, INC. g q ATTN: LEGAL DEPT.4030 W BOY SCOUT BLVD STE 700 n I a(_.tu TAMPA, FL 33607-5713 NICOLE'NIKKI" FRIED COMMISSIONER OF AGRICULTURE +p' Ron DeSan[is, Governor 0aw,, �FBPE W F STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDERTHE OF CHAPTER 4711,,, FLORIDA STATUTES PROVISIIION/yS( ATKINS NORTH AMERICA, INC. 4030 W. BOY SCOUT BLVD. 't SUITE 700 TAMPA FL33607 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFlondaLicense.com or o 6 _ Do not alter this document in any form. f This o is your license. It is unlawful for anyone other than the licensee to use this document. fton DeSantiz, Governor Halsey Beshears.5ecreGry d F dda'nr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT CORPORATION HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES ATKINS NORTH AMERICA INC 4030 W. BOY SCOUT BOULEVARD SUITE 700 `/ TAMPA FL33607 ■ x LICENSE NUMBER: AAC000723 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicensc.com MO. Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. � Local Experience C `}, Cost -Effective Solutions Responsive Service / /� 154 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, A101 Fort Myers, Florida 33901 239-321-7990 SERVICE ESTABLISHMENT - GENERAL Effective 811112020: For Year October 1, 2020 through September 30, 2029 f7Par RuSineSs Owner, - The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2020-2021 . Annual renewal notices are mailed in July to the address of record at that tirne if you need to change the business name, mailing address, contact data, location and for closing the business please contact our office. CDI]/Business Tax 1925 Hendry Street Suite 101 Fort Myers, FL 33901 (239)321-7990 CITY OF FORT MYERS FLORIDA Business Tax Receipt 2020 - 2021 Is hereby registered' business, profession, or occupation of� 'Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 155 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a p qz:2nhk The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, #101 x Fort Myers, Florida 33901 239-321-7990 ENGINEER CIVIL CONSULTING. DRAFTING ETC. Effective 911112020: For Year October 1, 2020 through September 30, 2021 ATKINS NORTH AMERICA INC. 4030 W. BOY SCOUT BLV❑ - W- STE 700 TAMPA FL 33607 Business Tax #_ BUS2010-00917 [Dear Business Owner The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2020-2021 . Annual renewal notices are mailed in July to the address of record at that time. If you need to change the business name, mailing address, contact data, location and /or closing the business please contact our office- CIDD/Business Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239) 321-7990 ]ascription: Engineer T' f CITY OF FORT MYERS FLORIDAIR5 rl Business Tax Receipt 2020 - 2021 1514 BROADWAY 202 MICHAEL R. RYAN Business Tax #: BUS2010-00917 ALCQHO� SALES PERMIGII EIfl Ei R, 'CIVIL CONSULTING, DRAFTING, ETC, HOMEBASED: NO r Al'KINS NOR f H AMLRICA INC. 4030 .rV BOY SCOIJI BLVD, TAMPA FL 33607 Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt AN o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 156 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a NEEZZAlk The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, #101 Fort Myers, Florida 33901 239-321-7990 ENGINEER CIVIL CONSULTING DRAFTING ETC. Effective 811112020: For Year October 1, 2020 through September 30, 2021 ATKINS NORTH AMERICA INC. 4030 W. BOY SCOUT BLV❑ STE 700 TAMPA FL 33607 Dear Business Owner Business Tax #: BUS2006-00232 The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2020-2021 Annual renewal notices are mai4ed in July to the address of record at that time. If you need to change the business name, mailing address, contact data. location and for closing the business please contact our office: ]ascription: Engineer =�J CDD/Business Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239) 321-7990 CITY OF FORT MYERS FLORIDA Business Tax Receipt 2020 - 2021 1514 BROADWAY 202 DARIN RAY LARSON Business Tax #: BUS2006-00232 Is hereby registered' businessprofession, or occupation of: `Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt A o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 157 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a The City of Fort Myers, Florida Community Development Department ' 1825 Hendry Street, #101 Fort Myers, Florida 33901 ` t" "' ``Jrr" 239-321-7990 ENGINEER CIVIL CONSULTING. DRAFTING, ETC. Effective 811112020: For Year October 1, 2020 through September 30, 2021 ATKINS NORTH AMERICA INC. 4030 W. BOY SCOUT BLVD SUITE 700 TAMPA FL 33607 Business Tax #: BUS2019-01200 Dear Business Owner The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2020-2021 . Annual renewal notices are mailed in July to the address of record at that time. If you need to change the business name: mailing address, contact data. location and /or closing the business please contact our office CDD/Business Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239) 321-7990 7escription: Professional Engineer 1 CITY OF FORT MYERS FLORIDA � Business Tax Receipt 2020 2021 oE.EoE� 1514 BROADWAY 202 ❑AVID W DOWLING Business Tax #: BUS2019-01200 I Is hereby registered" business, profession, or occupation of: I ALCOHOL SALES PERMITTED, NRQ, CIVIL CONSULTING, DRAFTING, EToMEBASED NO Owner ATKINS NORTH AMERICA INC.. 4030 W. BOY SCOUT BLVD, TAMPA FL 33607 nff� 'Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt o Local Experience C `}, Cost -Effective Solutions Responsive Service 158 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP �� a The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, #101 Fort Myers, Florida 33901 239-321-7990 ENGINEER, CIVIL CONSULTING, DRAFTING, ETC. Effective 811112020: For Year October 1, 2020 through September 30, 2021 ATKINS NORTH AMERICA INC. 4030 W. BOY SCOUT BLVD SUITE 700 TAMPA FL 33607 Business Tax #: BUS2019-01214 Dear Business Owner: The City of Fort Myers wishes you success with your business The Business Tax Receipt below is current for the Fiscal Year 2020-2021 Annual renewal notices are mailed in July to the address of record at that time. If you need to change the business name mailing address, contact data. location and /or closing the business please contact our office: CDD/Business Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239) 321-7990 ption: Professional Engineer �ro>� CITY OF FORT MYERS FLORIDA Business Tax Receipt 2020 - 2021 0, 1514 BROADWAY 202 EDGARDO B MARRERO-COLON Business Tax #: BUS2019-01214 Is herebv registered` business. profession. or occupation of: ENGINEER, CIVIL CONSULTING, DRAFTING, ETC. ALCOHOL. SALES PERMITTED: NO HOMEBASED: NO I Owner. ,ATKINS NORI H AMEfZICA INC., 4030 W BOY SCOUT BLVD, TAMPA FL 33607 1 Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 159 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a The City of Fort Myers, Florida Community Development Department 1826 Hendry Street, #101 Fort Myers, Florida 33901 239-321-7990 ENGINEER CIVIL_ CONSULTING DRAFTING, ETC. Effective 811112020: For Year October 1, 2020 through September 30, 2021 The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is current for the Fiscal Year 2020-2021 Annual renewal notices are mailed in July to the address of record at that time. If you need to change the business name mailing address., contact datalocation and /or closing the business please contact our office CDDIBusiness Tax 1825 Hendry Street Suite 101 Fort Myers, FL 33901 (239)321-7990 CITY OF FORT MYERS FLORIDA Business Tax Receipt 2020 - 2021 *Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt o Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 160 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP 0 N O 0 a Team professional licenses/certifications Ran DeSants �M Governor STATE OF FLORIDA� FBPE BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ck,okaz v=�^' MCCAULEY, KEVIN DANIEL 4320 JUNIPER TERRACE BOYNTON BEACH FL 33436 LICENSE NUMBER: PE67477 EXPIRATION DATE: FEBRUARY28,2021 Always verify licenses online at MyFloridaLicensecom o, o Do not alter this document in any form. O, This is your license. It is unlawful for anyone other than the licensee to use this document. 000 000 000 OO❑ GBCI GREEN BUILDING CERTIFICATION INSTITUTE Darin Larson LEED° ACCREDITED PROFESSIONAL REQusneo FOR succassru�sMvs.EUExTnnox or THEa�EnoeasxlE txrExescr ON Axo ExvtRoxtirEx'rAi oesmx (tE o•) cREEx on otxc RAT_ sysTEM Rtune 29 2009 -,_AI STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SUAREZ PAZ, JAVIER 817 SE 2NDAVE UNa 314 FnPT I AI IDFPnAI F FI 3'!'t1F LICENSE NUMBER: PE86498 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicensecom '❑ ❑' Do notalter this documentin any fDlm. Thiesyouricase. Risunlawhd ioranyoneotherthanthe liocvwee use tfis doatmmt - Ran DeSantis, Governor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LARSON, DARIN RAY 7471 GEORGIANA DRIVE ,,,BOKEELIA FL 11111 C LICENSE NUMBER: PE56598 I EXPIRATION DATE: FEBRUARY 28, 2021 Always verify kenses online at MyFlorida Llcense.com Haleyxesdea,sEer ,,dbpr 4 o ,�o F Do not alter this document in any form. ❑' This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSantis, Gavemm FBPE � �� STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RODA, THOMAS EDWARD 4406 MEADOWWOOD WAY TAMPA FL 33618 LICENSE NUMBER: PE60235 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloridaLicensecom o, o Do not alter this document in any form. ❑' ili This is your license. It is unlawful for anyone other than the licensee to use this document Q!, o�Desaans, eovemo. FBPE STATE OF FLORIDA BOARD OF P ESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SGOMEZ, BILY JARRISON ( 8202 BUCKSTONE PL E - ,AMPA FL 33615 * sr•anRrtwvrnr�rrr � r. EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloridaLicensecom o, - o Do not alter this document in any form. I� , This is your license. It is unlawful for anyone other than the licensee to use this document. Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 161 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP CD Y a �� RICK SCOTT, GOVERNOR JONATHAN ZACHEM. SECRETARY dU,r Mrbn cxT� STATE OF FLORIDA DEPARTMENT OF BUSINEWAND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CLEMEN, JASON RONALD 482 SOUTH KELLER RD ORLANDO FL 32810 J EXPIRATIO 28,2021 Always verify licenses online at MyFloddaLicense.com O} O Do not alter this document in any form. On This is your license. It is unlawful for anyone other than the licensee to use this document. ao� Desa�n:, wvemor Hahey ae:nears, secretary dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WULF, FLEET MYLES 5 BAY HILL COURT HARBOR FL 34695 tITY *J LICENSE NUMBER: PES3235 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com o, o iDo not alter this document in any form. This is o your license. It is unlawful for anyone other than the licensee to use this document. QRonDeSantis. Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HOWELL, WILLIAM JEROME JR. 2006 COPPER LEAF PARKWAY DURHAM NC 27703 79 r LICENSE NUMBER: PE81748 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLloense.com A., FBPE o. o Do not alter this document in any form. ❑' i This is your license. It is unlawful for anyone other than the licensee to use this document. Ran Desan[ Mom`• s. Governor STATE OF FLORIDA FBPE erxrr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER471, FLORIDA STATUTES BEJARANO, MANUEL O , 1014 HOWELL HARBOR DRIVE ' CASSELBERRY FL32707 C LICENSE NUMBER: PE7033= EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFlorida License.com o ,�o Do not alter this document in any form. O+ This is your license. It is unlawful for anyone other than the licensee to use this document. GREEN BUSINESS CERTIFICATION INC CERTIFIES THAT Fleet Wulf HAS ATTAINED THE DESIGNATION OF LEED AP® Building Design + Construction by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program. 1 "ltar^ Ron DeSan[is, Governor Halsey Befiears, Secretary •ano � • STATE OF FLORIDA dlpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARC THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES JOSE LUIS 2721 BILLINGHAM DRIVE ' ND O' LAKES FL 34639 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaUcense.com o, o Do not alter this document in any form. O This is your license. It is unlawful for anyone .the, than the licensee to use this document. Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 162 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP ,D a _ Ron Desantis. Governor Halsey Beshears, Secretary d F �°pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARC THE INTERIOR DESIGNER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES C JOSE LUIS 2721 BILLINGHAM DRIVE LAND O' LAKES FL 34639 LI WE EXPIRATION DATE: FEBRUARY 28,2021 Always verity licenses online at MyFloridaUcense.com ❑' ❑' Do not alter this document in any form. ❑' 8 This is your license. It is unlawful for anyone he, than the licensee to use this document. 10911973-AP-BD 17NOV 2009 15 NOV 2021 Can liter III ITTAIIII III I—IIATION OF LEED AP Building Design + Construction by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED` green building program. I •`Qr�9�� o� D—r, G.—O., FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FARMER, THOMAS W 14655HADWELL CIRCLE KE MARY FL 32746 IF g" CLICENSE NUMBER: PE58890 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyH,,Id,License.com 0 0 '❑ This is Do not alter this document in any form. your license. It is unlawful for anyone other than the licensee to use this document. FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ILTER, JOHN AZIZ 3019 ALATKA COURT LONGWOOD FL 32779pp' EXPIRATION DATE: -FEBRUARY 28, 2021 Always verify licenses online at MyFlorid,License.com 0 0 Do not alter this document in any form. This is o{ your license. It is unlawful for anyone other than the licensee to use this document. "' —dbp 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 HEIDEMAN, DAVID L 2022 MISTY GLENN DR. APOPKA FL 32712 LICENSE NUMBER: PE76792 EXPIRATION DATE: FEBRUARY 28, 2021 Always v ffy licenses online at MyFloddaLicense.com ❑� . O Do not alter this document In any form. This is your license. It is unlawful for anyone other than the licensee to use this document • ly. 1, U.S. Green Building Council II ERGBV CE.RTI FI C4 TH eST Thomas Farmer I�A$.1.0 y[lCVIiDTIIL DL SLG N9Tt0 �' OP NUMBER: ID60, Local Experience C `l, � Cost -Effective Solutions Responsive Service o r� tJa� J� 163 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a This certifies that Praveen K. Ommi having given satisfactory evidence of qualifications and fitness, is hereby certified as a Certified Estimating Professional Originally certified: April 23, 2008 Certificate Number: 59 ►t ccrtificalion@aacci orc +3042968144 ❑OD ❑0❑ ❑O❑ ❑O❑ GBCI GREEN BUILDING CERTIFICATION INSTITUTE HEREBY CERTIFIES THAT Praveen Ommi LEED® ACCREDITED PROFESSIONAL BY DEMONSTRATING THE KNOWLEDGE OF GREEN BUILDING PRACTICE REQUIRED FOR SUCCESSFUL IMPLEMENTATION OF THE LEADERSHIP IN ENERGY n/AND ENVIRONMENTAL DESIGN (LEED") GREEN BUILDING RATING STSTEM—. rrYer�t role�t �aTHIS ���tttute TgCERTIFY Michael R. Ryan HAS BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVING AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS HEREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® THE IN TESTIMONY WHEREOF, WEHAVESUBSCRIBED OUR SIGNATURES UNDER SEAL OF THE INSTITUTE y Ant By • � cn.kr. e<" <mP. Pr-A.n<.ench- E—ti.. EBL<.P Z=FEU SEAL Tn': PMP® Number: 1203762 �=Vi -4= '969g'y'� PMP® Original Grant Date: 18 August 2111 �..p =.,,a' P'yC]� PMP® Expiration Dake: 1] August 2023 Project ��",,,,,,,,,a,.,,.,3"♦ �►►I���� PH Management Zx . Institute. SOV= Adding Value. Enhancing Ideas. VALUE METHODOLOGY ASSOCIATE The Certification Board of SAVE International® declares that �raneen dmmi having met all the requirements of Value Experience and Education required for professional competence is registered as a Val=MerhoddogyAssedaae (VW). Certifica ,on Number w 9"5"33 Certification Valid Until: 8/3,`-1 RICK SCOTr, GOVERNOR 9 STATE OF FLORIDA DEPARTMENT OF BUSINESS ANDFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES Bob Rode, PE, CV B-Life save J.r.— c..RA="n.,, eoa.d Hoe6 re, Oy5 ION —AN ZACHEM, EEC0.ETARY dl pr 1 RYAN, MICHAEL RICHARD 2435 SW 1ST TERRACE CAPE CORAL FL 33991 Al ENSE NUMBER: PE68358 J EXPIRATION DATE: FEBRUARY 28, 2021 Always Verify licenses online at MyFlorid,Ucense.com o ` IS Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. IS RICK SCOTT, GOVERNOR JONATHAN Y-HEM, SECRETARY F ddd�r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WESSON, SCOTT P. 4768 DUNBARTON DRIVE ORLANDO FL 32817 LICENSE NUMBER: PES2801 J EXPIRATION DATE: FEBRUARY 28, 2021 Alwaysverify licensesonline H MyF1or16L1cense.com O O Do not alter this document in any form. OThis is your license. It is unlawful for anyone other than the licensee to use this document. Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 164 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP N 0 0 0 0 a Ran DeSaMis, Govemor Halsey eeshears, Secretary STATE OF FLORIDA dbtlpr ODEPARTIVIENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OFLNDSCAPP, „' HITECTURE THE LANDSCAPEAW14*9G�`Fl iWA-4 4 RED UNDER THE EXPIRATION DATE: 'NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com ffi o Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSaMix Govemor FBPE STATE OF FLORIDArr BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONSOFCHAPTER 4711,,,FFLORIDA STATUTES SCOTT, KEVIN HUNT 601 S. ALBANY AVE UNIT4 TAMPA FL 33606 [—LICENSE NUMBER: PE65514� EXPIRATION DATE: -FEBRUARY 28, 2021 Always verify licenses online at MyRoddaLicense.wm q .�o r Do not alterthis document in any form. Oa This is your license. It is unlawful for anyone other than the licensee to use this document. Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.: LS4576 Board of Professional Surveyors and Mappers Expiration Date February 28, 2021 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Statutes ELIZABETH F GAINES 5235 RAMSEY WAY STE 10 FORT MYERS, FL 33907-2125 t) I byu *�d NICOLE "NIM" FRIED COMMISSIONER OF AGRICULTURE 'this is to cettify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Stuart - Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 165 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP CD Y N O 0 a Tierra Professional Licenses and Business Tax Receipts State of Florida Department of State I certify from the records of this office that TIERRA, INC. is a corporation organized under the laws of the State of Florida, filed on November 20, 1992. The document number of this corporation is P92000006561. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 6, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Sixth day of January, 2020 - rR W� ap we, Secretary of State Tra km,, Nmnbrr: snsata9UacC To authenticate this c rtificak visit the Following site eater this number, and then follow the instructions displayed. https://services.eullbia.org/FilingslCer[ificateOfSi tus/Cer[ificateAutM1e tication Upon contract award, Tierra will obtain a Collier County or Ft. Myers Business Tax Receipt if required. Minority Business Certification Tierra, Inc. Is certified underthe provisions of 287 and 295.187, Florida Statutes, for a period from: 10/22/2019 10/22/2021 ►A�a n MpNTGEMENT one SERVICES IC SuPPlle nlVeraitY www.amsmNlu /tee RICH SCOTT, CAVERNOR JONATHAN ZACHEM, sECRETARY d bpr o STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES E" TIERRA, INC.�J 351 TEMPLE TERRACE HVVY TAMPA FL 33637 - 1► tr EXPIRATI 28, 2021 Always verify licenses online at MyFloddaLicense.com 0 O Do not alter this document in any form. f This is your license. It is unlawful for anyone other than the licensee to use this document. Eor Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 166 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP Y a E.F. Gaines Professional Licenses and Business Tax Receipts State of Florida Department of State I cnti£y Bent the recands of this office MAEF. GAINES SURVEYING SERVICES, INC- is a no[puatim orb ®d¢ the laws oSthe SFde of Flondti, filod on April 4, 2DD4 eff-b- April I, 2W2. The dacanait u®hc of this cupuation is FMWW34324. I Bather certify that said oorpmication has paid all fees due du office threugh Dcocullm 31, 2020. that its most receo<aumol repmtll siiombosinces report was Bled on January 15, 20M, and that & status a active. I Bather certify that said w4mication has not filed Articles cfDmwhdion. ta.ea uuiay Arad ant dre ce.dsaya. ecru grn�riab as r fQ.A®iul 0. C pilot di. Ne Fi9a7�R � Secretary of State Ts.�av1,� 9YNfA9fS T. a��nu re.riG�rid4ie LlY�i��r m>Q,... us Gm�Bti�.�mlti� YIP_ FDOTT Florida Department of Transportation cos saware�streu .e. covenrvoa Teuana:stt, F<. 3z199-oaso sncneaany March 10, 2020 Elizabeth Gaines, president E.F. GAINES SURVEYING SERVICES, INC. 5235 Ramsey Way, Suite 10 Fort Myers, Florida 33907 Dear Ms. Gaines: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your inn for the following types of wore: Group - Survey and Mapping 6.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your fin, may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid unfit March 10, 2021 for contracting purposes. Should you have any questions, please feel free to contact me by email at cadiayn.kell@dotstste.fi.us or by phone at 8504144597. Sincerely, Carliayn Kell Professional Services Oualification Administrator CBHKIkw Safety, Mobility, /...vcd,, www.fd.t.,- Florida Department of AgrimJ[vre and Cnneumer services License No.: LB7165 °�T"17 Divisime o4 Consumer Services Rnard of Professional Surveyors and Mappers Expiration Dare February 28, 2021 2005 Apalachee Pkway Tallahassee, Florida 32399-65M Professional Surveyor and Mapper Business License under the provisions or Chapter 472, Florida Statutes E IF 5235 RA S Y WAY ING SUITE 10 ICES INC 5235 T MYERS WAY 907 10 n 1 FORT MYERS, FL 33907 NICOLE"NIKKI"FRIED COMMISSIONER OF AGRICULTURE CITY OF FORT MYERS FLORIDA b Business Tax Receipt i 9n9n - 961 -nr Receipt 5235 Ramsey Way 10 E F GAINES SURV SVCS INC Business Tax #: BUS2006-00302 Is hereby registered* businessprofession, or occupation of: SERVICE ESTABLISHMENT - GENERAL ALCOHOL SALES PERM/TlED: NO HOMEBASED: NO Owner: E.F. GAINES SURVEYING SERVICES, INC, 5235 RAMSEY WAY, FORT MYERS FL 33907 •Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt l Woman Business Certification E. F. Gaines Surveying Services, Inc. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 03/14/2019 to 03/14/2021 `i Jor.dar. R. Sager. See Flontle f]epeMrent of hlanegernemnl SerrCes j_�(1 office of supplier �y - - Fllt'I IM1ti IM Mlee M Supplier Gl-1, • 4n5p Esplanade Way, Suite no •Tallahume, FL 31a99 • a50 aar-09t9 • www.tl,a.myllwlda.comlmd Florida UCP DBE Directory Number of Records Returned. 1 adodion cdhmld" Venda EFG0Ih-55JW1E114CEEFIi CEEINC Yeldw Name: EFCNN SJRVE1-IMC SEIMLESM DBE Certification: CERTIFIE] MBEGelgfieah. 0orth DEA'. F_ Name: Pus9 Dasrnplcn LINDSVE'JEY.NG3ERN„ES Mailing Addresal: 2352 LISH MY 10 FORThIYERS, FLMR - Contsra Nana: EUZAEETHGNNES phOna 238141e,0125 F. f279141 M127 Ebel: LiZ65tEFGAINES.COM AGDBE Stairs: N Sateends Availability N CerNM RAIDS 511370 9myv am Mapping lm'pt C,rrphymnll5mnres Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 167 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP O a Faith Group Professional Licenses and Business Tax Receipts State of Florida Department of State I certify from the records of this office that FAITH GROUP CONSULTING, LLC is a Missouri limited liability company authorized to transact business in the State of Florida, qualified on July 28, 2009. The document number of this limited liability company is M09000002915. I further certify that said limited liability company has paid all fees due this office through December 31, 2020, that its most recent annual report was filed on January 10, 2020, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great sea[ ofthe state ofFrorida at Tallahassee, the Capita[, this the Tenth day of January, 2020 &40� 40 Secretary of State Tracking Number: 2607488079CC To aamenticate this rertlaeate kft the foil—ing site,enter this nvmbrr, aad men f.11— the insnuctiana displayed. hl[ps://eervlma.sanbiz.org/Fllinge/CertlOeateOf9tntuslCertltleaMAv[hmtieatlon Upon contract award, Faith Group will obtain a Collier County or Ft. Myers Business Tax Receipt if required. ro�a��ema 2 FBPE ..E F• d. STATE OF FLORIDA.,E BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN 15 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDASTATUTES FAITH GROUP CONSULTING, LLC 3101 5 HANLEY RD SUITE 100 SAINT LOUIS MO 63143 C LICENSE NUMBER CA31198 EMRATION DATE FEBRUARY 28,2021 Marys Verity lVerno iii at MyFloridaUcet onu o �o . Do riot atrer this document in am form. 0' This is your license. It is unlawful for aryone other than the licensee to use this document �' C,weaaml ,Inleinaiional --� GREATERORIANDO ,F Airport q--._ AVIATION AUTHORITY 0 Federal Highway ryar Administuttoa Disadvantaged Business Enterprise (DBE) Certificate of Eligibility Faith Group, LLC DBA Faith Group Consulting MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 541512 - 541618 Note: There may be oilier Approved NAILS e. The online GBE Directory indu0ee acomplete lieu of Approved Cotles. By: Cre I. Moral , GOM - all Bu0lneae Development �/ HAS'SEE Yw �• It ANNIVERSARY DATE -Annually on June 1, 2020 u Local Experience C `}, Cost -Effective Solutions Responsive Service/ J� 168 ATKINS. A MEMBER OF THE SNC-LAVALIN GROUP a Co ler County Email: Patrick.Boyle&colliercounlyfl.gov Administrative Seances Di\ision Telephone: (239) 252 - 8941 Procurement Services Addendum 1 Date: 11/13/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added updated Insurance Requirement Form, removed performance and payment bonds. Change 2. Added updated Grant Provisions and Assurance Package pdf. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Justin Lobb, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Atkins North America, Inc. (Name of Firm) 11 /14/2020 Date Local Experience C `}, Cost -Effective Solutions Responsive Service/ 9 169 1514 Broadway Suite 202 Fort Myers, FL 33901 Tel: 239.334.7275 www.atkinsgloba1.com/northamerica 0 2020 Atkins North America, Inc. 16. Preparing final project reports including financial summary. 17. Obtaining release of liens from all contractors. DISTRIBUTION OF WORK As noted above, one (1) firm will be selected for each of the three (3) categories of work. Firms should provide a proposal based on their Category of expertise and a selection/award will be made based on the following response and scoring criteria. Firms Proposal Intent The prospective firm shall select a category or categories with the submission of their proposal. The prospective firms may propose up to three (3) categories by checking the box of each category. The prospective firms will only be awarded one (1) category. Category A — Aviation Planning Services Category B — Architectural/Engineering Design Services for Airport Development Proiects Category C — Architectural/Engineering Construction Engineering Inspection Services for Airport Development Proiects The prospective firm will rank each category in order of preference, if proposing on multiple categories. The prospective firm will enter one (1) for the most preferred to three (3) being least preferred. The prospective firms proposing on a single category shall not rank in an order of preference. Category A — Aviation Planning Services 3 Category B — ArchitecturaUEngineering Design Services for Airport Development Projects 1 Category C — Architectural/Engineering Construction Engineering Inspection Services for 2 Airport Development Projects