Agenda 04/22/2025 Item #16C 44/22/2025
Item # 16.C.4
ID# 2025-1088
Executive Summary
Recommendation to approve the selection committee’s ranking and authorize staff to begin contract negotiations with
LJA Engineering, Inc., related to Request for Professional Services (“RPS”) No. 25-8336, “Design Services for Tamiami
Wellfield Improvements – Wells 41-49,” so staff can bring a proposed agreement back for the Board’s consideration at a
future meeting.
OBJECTIVE: To approve the selection committee’s ranking for RPS No. 25-8336 and to direct staff to negotiate an
agreement to engage professional design services for the Tamiami Wellfield Improvements – Wells 41-49.
CONSIDERATIONS: The Engineering and Project Management Division of the Public Utilities Department has
programmed areas to be funded annually for the evaluation and upgrading of the existing regional water system
throughout Collier County.
The County has permitted through the South Florida Water Management District to construct nine new Tamiami wells
as part of the consumptive use permit. The project needs to drill and construct new Tamiami wells, including but not
limited to, raw water main, above ground piping and appurtenances site improvements, electrical conduit & conductor
improvements and Supervisory Control and Data Acquisition improvements. The project scope provides for the design
and construction phase services of the proposed Tamiami Wellfield Improvements – Wells 41-49.
On November 22, 2024, the Procurement Services Division issued RPS No. 25-8336, Design Services for Tamiami
Wellfield Improvements – Wells 41-49. In order to stimulate interest, staff extended the response deadline twice for a
total of twenty eight days, during which time staff performed additional vendor outreach. The County received one
proposal by the January 31, 2025, submission deadline. Staff found the proposer to be responsive and responsible.
A selection committee met on March 6, 2025, and reviewed, deliberated and scored the proposal as follows:
Firm Name Final Ranking
LJA Engineering,
Inc.
1
Staff is recommending that the Board approve the selection committee’s ranking and authorize staff to begin contract
negotiations with LJA Engineering, Inc.
LJA Engineering, Inc. has been providing professional engineering services in Florida for over ten years. LJA
Engineering, formally known as Agnoli, Barber & Brundage, Inc., has successfully completed numerous projects for
Collier County for many years.
If staff is unable to reach a proposed agreement with LJA Engineering, Inc., the County will need to resolicit these
services in an effort to obtain other interested consultants.
This item is consistent with the Collier County strategic plan objective to plan and build public infrastructure and
facilities to effectively, efficiently, and sustainably meet the needs of our community. It is further in support of the
Infrastructure and Asset Management Strategic Focus Area’s objectives to optimize the useful life of all public
infrastructure resources through proper planning and preventative maintenance as well as use the Annual Update and
Inventory Report and other planning tools to establish and implement plans that concurrently provide public
infrastructure.
FISCAL IMPACT: Funding for the subsequent contract is within the FY2025 Capital Budget. The source of funding
will be the Water User Fee Capital Project Fund (4012).
GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the
Page 3017 of 6355
4/22/2025
Item # 16.C.4
ID# 2025-1088
adequacy and availability of viable public facilities.
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATIONS: To approve the selection committee’s ranking and authorize staff to begin contract
negotiations with LJA Engineering, Inc., related to RPS No. 25-8336 for “Design Services for Tamiami Wellfield
Improvements – Wells 41-49,” so that a proposed agreement can be brought to the Board for consideration at a future
meeting.
PREPARED BY: Liz Gosselin, Project Manager II, Public Utilities Engineering and Project Management Division
ATTACHMENTS:
1. 25-8336 Final Ranking
2. 25-8336 NORA
3. 25-8336 LJA Engineering Proposal_compressed
4. 25-8336 - Solicitation
Page 3018 of 6355
Selection Committee
Final Ranking Sheet
RPS #: 25-8336
Title: Design Services for Tamiami Wellfield Improvements - Wells 41-49
Name of Firm Adrian
Carmenate Liz Gosselin Pamela Libby Alicia Abbott Selection Committee
Final Rank
LJA Engineering, Inc.93 95 90 90 1.00
Procurement Professional Matthew Webster Date March 6, 2025
Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their
scoring of the proposals.
Step 2: The procurement professional will review the mathematically tabulated scores.
Page 3019 of 6355
Notice of Recommended Award
Solicitation: 25-8336 Title: Design Services for Tamiami Wellfield Improvements Wells 41-49
Due Date and Time: January 31, 2025, at 3:00 PM EST
Respondents:
Company Name City County State Final Ranking Responsive/Responsible
LJA Engineering, Inc. Naples Collier FL 1 Yes/Yes
Utilized Local Vendor Preference: Yes No
On November 22, 2024, the Procurement Services Division released notices for Request for Professional
Services (RPS) No. 25-8336, Design Services for Tamiami Wellfield Improvements Wells 41-49. The County
notified one thousand two hundred twenty eight (1,228) firms and fifty-two (52) firms viewed the solicitation
information. The due date was extended twice for a total of twenty-eight (28) additional days. Staff
performed additional vendor outreach and one (1) proposal was received by the January 31, 2025, deadline.
Staff reviewed the proposal received and found the firm to be responsive and responsible.
The Selection Committee Convened on March 6, 2025, and after deliberation scored the proposal and
established a final ranking as shown above.
Staff is recommending negotiations with LJA Engineering, Inc.
Contract Driven Purchase Order Driven
Required Signatures
Project Manager:
Procurement Strategist:
Procurement Services Director:
__________________________________ _________________
Sandra Srnka Date
Page 3020 of 6355
County of Collier, FL
Procurement
-, -
3299 Tamiami Trail, East Naples, FL 34112
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8336
Design Services for Tamiami Wellfield Improvements - Wells 41-49
RESPONSE DEADLINE: January 31, 2025 at 3:00 pm
Report Generated: Friday, January 31, 2025
LJA Engineering, Inc. Response
CONTACT INFORMATION
Company:
LJA Engineering, Inc.
Email:
ewilcox@lja.com
Contact:
Elise Wilcox
Address:
7400 Trail Blvd.
Suite 200
Naples, FL 34108
Phone:
(239) 597-3111
Website:
https://www.lja.com/
Submission Date:
Jan 21, 2025 10:54 AM (Eastern Time)
Page 3021 of 6355
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8336
Design Services for Tamiami Wellfield Improvements - Wells 41-49
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - Design Services for Tamiami Wellfield Improvements - Wells 41-49
Page 2
ADDENDA CONFIRMATION
Addendum #1
Confirmed Jan 16, 2025 3:02 PM by Elise Wilcox
Addendum #2
Confirmed Jan 16, 2025 3:02 PM by Elise Wilcox
Addendum #3
Confirmed Jan 16, 2025 3:02 PM by Elise Wilcox
Addendum #4
Confirmed Jan 20, 2025 7:33 AM by Elise Wilcox
QUESTIONNAIRE
1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response
on behalf of my company.*
Confirmed
2. Request for Professional Services (RPS) Instructions Form *
Request for Professional Services (RPS) Instructions have been acknowledged and accepted.
Confirmed
3. Collier County Purchase Order Terms and Conditions*
Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.
Confirmed
Page 3022 of 6355
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8336
Design Services for Tamiami Wellfield Improvements - Wells 41-49
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - Design Services for Tamiami Wellfield Improvements - Wells 41-49
Page 3
4. Insurance Requirements*
Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of
the County's issuance of a Notice of Recommended Award.
Confirmed
5. Collier County Required Forms
PROPOSAL SUBMITTAL*
Please submit a proposal per Evaluation Criteria outlined in Solicitation.
FINAL_SUBMITTAL.pdf
VENDOR CHECK LIST*
Vendor_Checklist.pdf
VENDOR DECLARATION STATEMENT (FORM 1)*
Vendor_Declaration_Statement_-_Form_1.pdf
CONFLICT OF INTEREST AFFIDAVIT (FORM 2)*
Conflict_of_Interest_Affidavit_-_Form_2.pdf
IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)*
Immigration_Law_Affidavit_Certification_-_Form_3.pdf
LOCAL VENDOR PREFERENCE CERTIFICATION (FORM 4)
Local_Vendor_Preference_Certification_-_Form_4.pdf
REFERENCE QUESTIONNAIRE (FORM 5)*
The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose project s
are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent
Page 3023 of 6355
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8336
Design Services for Tamiami Wellfield Improvements - Wells 41-49
[LJA ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - Design Services for Tamiami Wellfield Improvements - Wells 41-49
Page 4
projects of similar size, scope and complexity of this project using form provided in Form 5. Proposer may include two (2) additional pages for each project
to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work.
25-8336_-_REFERENCE_FORM_Johnson_Engineering_-_Green_Meadows.pdf
25-8336_REFERENCE_FORM_City_of_Fort_Myers.pdf
25-8336_REFERENCE_FORM_City_of_Marco_Island.pdf
25-8336_REFERENCE_FORM_FKAA_DH.pdf
25-8336_REFERENCE_FORM_Lee_County.pdf
Reference_Questionnaire_-_Well_39.pdf
Reference_Questionnaire_-_Well_40_(002).pdf
Reference_Questionnaire_-_Wells_408_and_426.pdf
E-VERIFY - MEMORANDUM OF UNDERSTANDING*
LJA_MOU.pdf
W-9 FORM*
2025_W-9_-_LJA_Engineering_Inc_.pdf
PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)*
http://dos.myflorida.com/sunbiz/ should be attached with your submittal.
LJA_Engineering_FL_SOS_Certificate_of_Good_Standing_08AUG2024.pdf
SIGNED ADDENDUMS (IF APPLICABLE)
Addendums_Signed.pdf
SKM_C75925012109480.pdf
MISCELLANEOUS DOCUMENTS
No response submitted
Page 3024 of 6355
Page 3025 of 6355
TAB 1: ABILITY OF PROFESSIONAL PERSONNEL
TAB 2: CERTIFIED MINORITY BUSINESS ENTERPRISE
TAB 3: PAST PERFORMANCE
TAB 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET
REQUIREMENTS
TAB 5: LOCATION
TAB 6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM
TAB 7: REQUIRED FORMS & LICENSES
TABLE OF CONTENTS
Page 3026 of 6355
January 17, 2025
Collier County, Procurement Services Division
3295 Tamiami Trail East, Bldg. C-2
Napes, FL 34112
Re: RPS No. 25-8336 Design Services for Tamiami Wellfield Improvements—Wells 41-49
Due: January 17, 2024 @3:00 pm via OpenGov
Dear Selection Committee:
LJA Engineering, Inc. (LJA), formerly Agnoli, Barber & Brundage, Inc., is pleased to submit our qualifications in
response to Collier County for consideration of RPS No. 25-8336 Design Services for Tamiami Wellfield Improvements—
Wells 41-49.
Brief Company Background:
LJA recently merged with Agnoli, Barber & Brundage, Inc. this year, where staff had worked on projects in Southwest
Florida for over 40 years. With this longstanding history, we understand the County’s goals. The LJA Team brings a
broad and deep breadth of expertise, and we will deliver all needed services for this Engineering Services contract.
Kellie Fissinger, P.E. will serve as Project Manager and Principal in Charge and has primary responsibility for
acknowledging and responding to matters regarding this RPS. Kellie has managed similar projects. She understands the
complexities of the project development process. She will be the point of contact to oversee the successful execution
for this contract.
We have assembled a qualified team with a proven track record of providing engineering services on a task order basis.
We are accustomed to adhering to budgets and timelines and accomplishing tasks in an efficient and responsive
manner. The LJA Team is comprised of highly trained and specialized professionals who add value to projects. We have
a strong understanding of the type of services expected for this contract and will use our Team’s resources to deliver
the needed services and products to Collier County. LJA has carefully compiled a multi-talented team with wide-
covering expertise. Our team has the depth with various specialties to dedicate to this contract. The LJA Team has
communication, scheduling, and quality control measures that keep us on target and afford the County reliable, timely
services. We understand the dynamics and nature of engineering contracts and our team has the benefit of being able
to adapt quickly to provide the necessary resources to meet deadlines.
LJA’s team members are committed to working with Collier County as an extension of your team and will assist the
County in every way, including providing the work products and documentation needed to satisfy project requirements.
Our commitment includes being proactive, anticipating project needs and issues before they become problems based
on decades of relevant experience, and taking the initiative to work with the County on timely, team-based solutions.
As Senior Vice President of LJA Engineering, Inc., I am the person who will have contract authority over this project and
can confirm that the contents of this submittal are true and accurate. If selected, LJA will meet the insurance
requirements of the Professional Services Agreement and is willing to execute the Professional Services Agreement with
Collier County.
Sincerely,
LJA ENGINEERING, INC.
Dominick Amico, P.E.
Senior Vice President
Page 3027 of 6355
TAB 1
ABILITY OF PROFESSIONAL
PERSONNEL
Page 3028 of 6355
QUALIFICATIONS OF THE FIRM
BRIEF HISTORY
LJA was established to be the premier engineering firm across the southeastern US
and beyond by providing high-quality, innovative, and cost-effective services to
our clients. From the beginning, the firm stood out by recognizing the importance
of quality engineering solutions amid a culture of visionary leadership and
collaborative delivery. Our reputation is built upon a 52-year legacy of mutual trust
– among our staff and our clients – driving our commitment to deliver the best
solutions for complex building and business challenges.
Founded in 1972 when John “Dutch” Lichliter established The Lichliter Company,
Bill Jameson joined the firm in 1976 as president and the firm was renamed
Lichliter/Jameson & Associates. The firm evolved into LJA Engineering, Inc. in 2011,
as it is known today. At LJA, we continue to build upon our reputation, while
broadening our knowledge and constantly striving to be better.
STATEMENT OF PHILOSOPHY, GOALS, AND GUIDING
PRINCIPLES
At LJA, we are Employee-Owned and Client Focused. Our depth of services is
comprehensive, our breadth of knowledge leads the industry, and our regional
influence continues to positively impact our personal and professional
communities. LJA was established to be the premier engineering firm across the
southeastern US and beyond by providing high-quality, innovative, and cost-
effective services to our clients. From the beginning, the firm stood out by
recognizing the importance of quality engineering solutions amid a culture of
visionary leadership and collaborative delivery. Our reputation is built upon a 52-
year legacy of mutual trust – among our staff and our clients – driving our
commitment to deliver the best solutions for complex building and business
challenges. To us, there is no measure that matters more than our own drive to
exceed the firm we were yesterday. And, to our clients, this is what they value most
and have come to expect. Our history defines us, but in no way limits us. We are
proud of landmark projects from our past and look forward to blazing a new path and setting the new standard. The
best companies are about great people – and great people, working together, make great projects.
With over 2,000 employees in over 50 offices across Texas, Tennessee, Oklahoma, Florida, Georgia, South Carolina,
Arizona, and Colorado, we are organized around the following areas of expertise:
¨ Public Works
¨ Transportation
¨ Land Development
¨ Energy
¨ Environmental
¨ Surveying
¨ Rail
LJA has received awards for not only project excellence, but more importantly for our ability to connect with our
employees, our clients, and our communities.
BRIEF STATEMENT OF UNDERSTANDING OF THE SERVICES REQUIRED AND
QUALIFICATIONS TO PROVIDE PROFESSIONAL SERVICES
LJA will serve as an extension of Collier County by collaborating cooperatively with the County, coordinating with
regulatory agencies, and all other stakeholders. LJA understands the requirements for Collier County to successfully
complete projects under this contract. We understand the importance and premium the County places on responsive,
efficient, and reliable planning and design services. We understand the types of planning and design services needed
and the LJA Team can provide the right team to match the task needs. LJA is a client-focused, full-service engineering
consulting firm delivering purpose-driven projects backed by expertise. Our team is comprised of our Project Manager
(Kellie) and Discipline Leads who will oversee the major work groups expected to be needed for this contract.
Page 3029 of 6355
Page 3030 of 6355
LJA PERSONNEL
PROJECT TEAM
To meet the goals of this contract, we have assembled a team that has successfully worked together in the past to
accomplish similar projects. To provide a full range of project support services, our team consists of experts in the field
and also with knowledge of municipal utility projects. LJA understands that our personnel being assigned to this
project shall not be substituted without the permission of Collier County. All of the staff listed in this RPS have the
availability to dedicate the time and effort needed to be partners in a successful project.
Prior to merging with LJA Engineering, Inc. Kellie Fissinger, P.E. joined Agnoli, Barber & Brundage
in 2016 offering a broad range of design innovation with her diverse academic background.
Utilizing her master’s degree in environmental engineering and her experience in working with
County and City staff directly in constructing Lower Tamiami Aquifer Wells she is perfectly suited
to manage and lead this project. Her 9 years of Utility experience with the firm have allowed her to
quickly develop into the go to environmental design engineer. In addition to her utility and
project management experience she also regularly designs lift stations, residential and commercial
developments, utilizes hydraulic and hydrologic modeling; data analysis/feasibility studies and pre
vs. post water quality analyses.
Dominick J. Amico, P.E., a Project Director with over 40 years of professional engineering
experience. As a Southwest Florida resident for over 50 years, Mr. Amico is thoroughly familiar
with local conditions and issues. He maintains an active civic presence in the community,
reflecting his commitment to this area and its long-term needs. He acts as principal-in-charge and
project manager for numerous projects, directing all aspects of the engineering process and
assuming responsibility for ultimate quality control. Mr. Amico focuses his expertise on civil
engineering and engineering project management including water management systems,
stormwater and drainage, utilities (sanitary, potable, reuse), pipeline design, hydrologic systems
analysis, site development, permitting, zoning, park planning and construction. Project
management experience includes DRI-sized projects including various housing types, golf course
engineering speciation, subdivisions, commercial development, industrial (including government
and medical, utilities), zoning, ERP, FDEP, packaged plants, schools, roads and other assorted
experience gained over the course of the past 40 years. He is especially versed in the latest water
quality analysis methods, treatment, Best Management Practices, rules and technology.
Prior to merging with LJA Engineering, Inc. Edward F. (“Ted”) Tryka, III, P.E. has been with
Agnoli, Barber & Brundage since 2000, starting as a Senior Design Engineer and now acting as the
Vice President of Transportation with a primary focus on roadway design, transportation, and
drainage. Mr. Tryka is principal-in-charge and project manager for multiple projects, supervising
staff engineers in design and plan preparation activities. In addition to his supervisory duties, Mr.
Tryka commonly involves himself personally in the design/engineering process. This approach
ensures upper-level attention to detail. As his project experience demonstrates, Mr. Tryka is
experienced in a number of civil engineering disciplines. His leadership skills and personal
commitment to every project and extensive knowledge of Southwest Florida make him a vital
member of the LJA team.
With 22 years’ professional experience as a Landscape Architect, Brent Guillot, RLA has led teams
to design and construct award winning parks, campuses, and communities across the US.
Developments include commercial shopping centers, residential subdivisions, high-rise towers,
golf course clubhouses, public parks, municipal gateways, streetscapes, and roadway
enhancement projects. Mr. Guillot is experienced managing all aspects of the project lifecycle
from conception to close-out.
Page 3031 of 6355
Prior to merging with LJA Engineering, Inc. George Hackney, PSM, has been working in the
Surveying field since 1986 when he first joined ABB. He began his duties as a Survey crew
rodman and was later promoted to instrument man and later Survey Crew Party Chief. Mr.
Hackney left ABB for the University of Florida in 1991 to pursue a Bachelor’s Degree in Surveying
and Mapping, returning in 1993 after graduation. As a project Surveyor, Mr. Hackney is
responsible for Boundary Surveys of sectionalized lands, subdivisions, and metes and bounds
parcels; Topographic Surveys for engineering design, Quantity Surveys; Condominium Surveys
and preparation of condominium documents; Hydrographic Surveys; roadway Control Surveys,
roadway Design Surveys and Right-of-Way mapping; subdivision planning and construction
layout of all phases of subdivision construction, including home sites, utilities, roadways and
buildings; Record Surveys/As-Built Surveys; field locations of environmental jurisdictional lines;
horizontal and vertical control for aerial photography. Mr. Hackney’s technical background
includes proficiency in Leica GPS Systems, AutoCAD versions R-12 through 2007, electronic data
collection systems and processors, Carlson Surveying Program, Leica Geo-Office GPS software,
Trimble GPS Systems.
Prior to merging with LJA Engineering, Inc., Robert Wardwell, PSM, started his career at ABB in
the engineering drafting and design department. He then moved to surveying after 3 years and
began as an instrument man while going to school full time. Robert is responsible for Boundary
Surveys of sectionalized lands, subdivisions, and metes and bounds parcels; Topographic
Surveys for engineering design, Condominium surveys and preparation of condominium
documents, roadway Control surveys, roadway design surveys and Right-of-Way mapping;
subdivision planning and construction layout of all phases of subdivision construction, including
home sites, utilities, roadways, easements and buildings; Record Surveys/ As-Built Surveys; Field
location of environmental jurisdictional lines and FEMA elevation certificates. Mr. Wardwell’s
technical background includes proficiency in Leica GPS systems, Trimble GPS systems, AutoCAD
Civil 3D, Carlson Survey, Electronic data collection systems and processors, Trimble business
center, Leica cyclone.
With thirty-five years of extensive land surveying experience, Mark A. Texter, PSM, brings
comprehensive understanding of the requirements for effective team collaboration, client
satisfaction, and profitability, while fostering high team morale. Mr. Texter is eager to join your
team, with a willingness to contribute in both field and office settings. His expertise
encompasses a broad range of field and office technologies, including Global Positioning
Systems and AutoCAD. (Sokkia, Topcon, Trimble, Leica, Land Development Desktop, Carlson).
Prior to merging with LJA Engineering, Inc. Sean Hanes joined the ABB team in 1995 as a Survey
Rodman and worked his way up to Party Chief. As Party Chief, Mr. Hanes was responsible for
boundary, sectionalized land, engineering design surveys, topographic and as-built surveys,
right-of-way surveys, specific purpose surveys, construction, subdivision layout and record
platting. Mr. Hanes is dually trained as an engineering field technician. He has been trained by
ABB engineering staff to act as their representative in the field on construction projects. Having
the survey background has served Mr. Hanes well; he possesses surveying knowledge beyond
that of the usual engineering inspector due to his continuing background in Land Surveying.
Page 3032 of 6355
SOQ • Client Name
Proposal Title 1Employee-Owned.
Client Focused.
KELLIE FISSINGER, P.E.
PROJECT MANAGER
2014 Master, Environmental Engineering, University of South Florida 2011, Bachelor of Science, (BAc), Civil Engineering, Florida Gulf Coast University
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. Kellie Fissinger, P.E. joined Agnoli, Barber & Brundage in 2016 offering a broad range of design innovation with her diverse academic background. Her nine years of local utility experience with the firm have allowed her to quickly develop into the go-to utility design engineer. In addition to her utility experience, she also regularly designs residential and commercial developments, hydraulic and hydrologic modeling, data analysis/ feasibility studies, and water quality analyses.
PROJECT EXPERIENCE
Professional Registration:Licensed Professional Engineer No. 88527
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- 2016 – 2024Carollo Engineers- 2015 – 2016
Years of Experience: 9
Professional Affiliations:Florida Engineering Society(Calusa Chapter)
Software Applications:XPSWMM, ICPR, HEC-RAS, Cascade,GIS software, WaterCAD, BMPTrains 2020
Awards:FES Calusa Chapter OutstandingService to Engineering Award (2021-2022)
FES Calusa Chapter Young Engineerof the Year Award (2019-2020)
Volunteer Organizations:Florida Engineering Society(Calusa Chapter)
Mathcounts Facilitator2018-2021
FGCU Senior Project Mentor2020-2023
Lake Bank Design Work, Analysis:Bonita Bay Community AssociationBonita Bay ClubAudubonPelican BayLittle Harbor
Water Quality Analysis Rural Lands West Site Development Design & Water Quality AnalysisThe Landings at Logan Water Quality AnalysisPine Lake Preserve Nutrient AnalysisSouthern Crew Nutrient AnalysisErdman Assisted Living Facility
Stormwater Modeling:Mercato Stormwater H&H ModelingForest Lakes Stormwater H&H ModelingCollier County Gordon River Improvements Master Plan H&H ModelingCollier County Goodlette-Frank Outfall Feasibility H&H ModelingCollier County LASIP H&H ModelingCollier County Gordon River Grant Application SupportCultural Park Multifamily Site Modeling
Civil Site Design Presentation Center Single Family Lot DevelopmentWilderness Country Club Clubhouse Site DevelopmentBonita Bay Tennis CenterFerrari of Naples Site DesignCollier County North Collier Regional Park Artificial Turf Site DesignSouthwest Florida Land Preservation Trust Gordon River Greenway Site Design
Utility Engineering Design:City of Naples Lift Station 31 ImprovementsCity of Naples Pump Stations 22 & 26 RehabilitationCity of Naples Pump Stations 12 & 14 RehabilitationLee County Principia Drive Water Main ReplacementCollier County Tamiami Well No. 39Collier County Tamiami Well No. 40Collier County Freedom Park Outfall Site DesignCity of Naples Well 426 & 408 – Wellfield Design
Page 3033 of 6355
SOQ • Client Name
Proposal Title 1Employee-Owned.
Client Focused.
DOMINICK J AMICO, P.E.
SR. VICE PRESIDENT & PROJECT ENGINEER
EDUCATION1983, Bachelor of Science, (BSc), Civil Engineering, University of South Florida
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. Dominick Amico was with Agnoli, Barber, & Brundage, Inc. since 1983 and President of the firm since 2017. As a Southwest Florida resident for close to 50 years, Mr. Amico is thoroughly familiar with local conditions and issues. He maintains an active civic presence in the community, reflecting his commitment to this area and its long-term needs. He acts as principal-in-charge and project manager for numerous projects, directing all aspects of the engineering process and assuming responsibility for ultimate quality control. Mr. Amico focuses his expertise on civil engineering and engineering project management including water management systems, stormwater and drainage, utilities (sanitary, potable, reuse), pipeline design, hydrologic systems analysis, site development, permitting, zoning, park planning and construction. Project management experience includes DRI-sized projects including various housing types, golf course engineering speciation, subdivisions, commercial development, industrial (including government and medical, utilities), zoning, ERP, FDEP, packaged plants, schools, roads and other assorted experience gained over the course of the past 40 years. He is especially versed in the latest water quality analysis methods, treatment, Best Management Practices, rules and technology. Representative projects follow below:
PROFESSIONAL AFFILIATIONS
Professional Registration:Licensed Professional Engineer, No. 39382
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- 1983 – 2024
Years of Experience: 40
Awards:2019 Outstanding Technical Award, FES Calusa Chapter1995 Engineering Excellence, Collier’s Reserve
FDOT Prequalifications:Work Groups 3.1, 3.2 and 7.1
Florida Engineering Society
NSPE
FICE
Bonita Springs Chamber of Commerce:•Infrastructure Committee Past Chair •Board of Directors (Past)
Lee County:BPAC Committee member (past)•CBIA – Board of Directors (2020 – Present);Builders Comm.; LDC Review Comm.;Government Affairs Comm.;
DEP Stormwater TAC
Collier County:•FES Review Committee, first utility ordinance•Kaison Event, Process Improvement•Administrative Code Review Committee•Architectural Code Review Comm.•County Engineer Interview Committee•2013 Industry Forum
Page 3034 of 6355
SOQ • Client Name
Proposal Title 2Employee-Owned.
Client Focused.
DOMINICK J. AMICO, P.E. - PAGE 2
SR. VICE PRESIDENT & PROJECT ENGINEER - PAGE 2
PROJECT EXPERIENCE
Stormwater/Drainage – Big Cypress Stewardship District Engineer North Collier Reg. Park Stormwater Design/PermitGordon River Stormwater Modeling & Master Plan Town of Big Cypress Stormwater Master PlanFreedom Park Outfall Improvements Wilderness Country Club Stormwater ModificationCollier County Transportation & Stormwater City of Naples Police Station DrainageInfrastructure City of Naples Norris Ctr. Drainage Optimization PlanCity of Naples Community Dev. Bldg. Southwest Florida Watershed StudyCNC Ranch SFWMD Permit Collier’s Reserve Stormwater Design/PermittingGoodlette Road Canal Armoring Northeast Collier Stormwater Optimization StudyPopash Creek Culvert Improvements Florida Rick Tampa Yard NPDES PermitLake Trafford Mem.l Gardens Drainage Study Walden Drive Drainage ImprovementsLASIP Stormwater Evaluation Twin Eagles Stormwater Design & PermittingPelican Bay System IV Modification Plan Old Collier Golf Course Stormwater MasterWilderness Country Club Stormwater Modification
Roadway Design, Right-of-Way and Control Surveys –•C.R. 846 – 11 Bridges Project, Collier County•C.R. 951 – Collier Boulevard, Collier County•C.R. 869 – Summerlin Road, Lee County•C.R. 864 – Rattlesnake-Hammock Road, Collier Country•C.R. 268 - County Barn Road, Collier Country•Immokalee Road & Randall Blvd. Intersection Imp., Collier County Surveying services for all phases of roadway construction including alignment layout, right of way takings, control surveys and as-built survey
Utilities –Collier Co. Master Pump Stations (Various) City of Naples Pump Stations (Various)NESA Potable Water Supply Conceptual & Collier Co. Tamiami Wells Acidification (Ph I-III)Permitting & Construction Services Principia Drive Water Main Replacement (Lee Co.)Collier Co. Supplemental Irrigation Supply Collier County HammerheadsBonita Beach Road Force Main, B.S.U. Gravity Expansion 6, Bonita Springs UtilitiesEstero Bay Shores Utility Upgrade, B.S.U. North Co. Regional Water Treatment PlantLivingston Road ASR Site Lely Estates Master Force MainAve Maria Utility Site Southwest Florida Watershed StudyMaster Pump Station 1.03 Master Pump Station Area BSE Regional Water Treatment Plant Rezone Naples Mobile Estates Water Main RehabilitationEast Naples Water Main Rehabilitation Livingston Road Force Main (Honda Site)Livingston Road Force Main, Phase 4 Naples Manor ImprovementsVanderbilt Beach Rd. & Southbay Drive Pelican Ridge Potable Water Main ReplacementWater Main Relocation Various Utility Master Plans for large subdivisionsCassena Road MSBU Opinion of Assessment Methodology
Recreation Projects –East Naples Community Park Pickleball North Collier Regional Park & Artificial TurfMaster Plan and Improvements Max A. Hasse Jr. Community ParkVeterans Community Park Vineyards Community ParkGrace Place for Children and Families Turf Study Collier County Sports Complex FeasibilityClam Pass Park Vanderbilt Beach ParkMagnolia Pond Drive Park Site LASIP Mitigation ParkGordon River Greenway Park Goodland Boat ParkGreater Naples YMCA Florida Sports ParkBonita Springs YMCA Tigertail Beach ParkingBonita Bay Tennis Center & Pickleball Courts Collier’s Reserve Golf CourseOld Collier Golf Course Old Corkscrew Golf CourseTwin Eagles Golf Course Spring Run Golf CourseCopperleaf Golf Course East BBR Golf CourseLivingston Road Force Main, Phase 4 Naples Manor ImprovementsVanderbilt Beach Rd. & Southbay Drive Pelican Ridge Potable Water Main ReplacementWater Main Relocation Various Utility Master Plans for large subdivisionsCassena Road MSBU Opinion of Assessment Methodology
Page 3035 of 6355
SOQ • Client Name
Proposal Title 5Employee-Owned.
Client Focused.
EDWARD F. (“TED”) TRYKA, III, P.E.
VICE PRESIDENT & PROJECT ENGINEER
EDUCATION1994, Bachelor of Science (BAc), Environmental Engineering,University of Syracuse
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. Mr. Tryka has been with Agnoli, Barber & Brundage since 2000, starting as a Senior Design Engineer and now acting as the Vice President of Transportation with a primary focus on roadway design, transportation, and drainage. Mr. Tryka is principal-in-charge and project manager for multiple projects, supervising staff engineers in design and plan preparation activities. In addition to his supervisory duties, Mr. Tryka commonly involves himself personally in the design/engineering process. This approach ensures upper-level attention to detail. As his project experience demonstrates, Mr. Tryka is experienced in a number of civil engineering disciplines. His leadership skills and personal commitment to every project and extensive knowledge of Southwest Florida make him a vital member of the Agnoli, Barber & Brundage team.
PROJECT EXPERIENCE
•Whippoorwill Ln. Marbella Lakes Dr. Connection Design-Build– Collier County•Picayune Strand Restoration Project Conveyance Features Design-Build– Collier County•Goodlette-Frank Rd. Extension- Collier County•Innovation Dr.and Roundabout Improvements– Arthrex, Inc. - Collier County•Arthrex Blvd. and Roundabout Improvements– Arthrex, Inc. - Collier County•Estero Pkwy. Roadway and Landscape Design – Village of Estero•City of Bonita Springs Downtown Redevelopment Project with Bridge Widening over Imperial River– Bonita Springs•Corkscrew Rd. Intersection Improvements at Wildcat Dr.- Collier County•White Blvd. at Cypress Canal Bridge Replacement- Collier County•Old San Carlos Blvd. Intersection Improvements– Town of Ft. Myers Beach•Corbett Rd. Improvement - Lee County•Six-Mile Cypress & Metro Pkwy.– Lee County•LASIP County Barn Rd. Improvements– Collier County•Santa Barbara Blvd 6-Laning- Collier County•Vanderbilt Beach Rd. & Strada Pl. Intersection Improvements– Collier County•Shangri-La Rd. Extension- City of Bonita Springs•Rattlesnake Hammock Rd. 6-Laning– Collier County•Old 41 Widening Phase I & II– City of Bonita Springs•Livingston Rd. Phase II 6-Laning– Collier County•Summerlin Rd. Six-Laning with College Pkwy. Overpass– Lee County•J&C Blvd. Improvements- Collier County
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- April 2000 – 2024HDR, Inc.- August 1997 – April 2000Moreland Altobelli Associates, Inc.- January 1996 – August 1997
Professional Registration:Licensed Professional Engineer No. 60284
Years of Experience: 29
Professional Representations:District Engineer: Ave Maria StewardshipCommunity District; Corkscrew CrossingCommunity Development District; andBrightshore Community DevelopmentDistrict
Community Involvement:Appointed to Lee County MetropolitanPlanning Organization Citizen’s AdvisoryCommittee
FDOT Qualifications:Prequalified in Work Groups 3.1, 3.2 and 7.1FDOT Specifications PackagePreparation Training for ConsultantsCertificate of Completion (2019)
•Yahl St. Improvements – Collier County•Taylor Rd. Improvements – Collier County•Enterprise Ave. Intersection Improvements – Collier County•Radio Rd. at Davis Blvd. – Collier County•Immokalee Rd. Greenway - Collier County•Collier Blvd. Greenway - Collier County•Immokalee Sidewalks - Collier County•Immokalee Sidewalks Phase II - Collier County•South Bayshore Dr. Corridor Improvements – Collier County•Golden Gate City Drainage Improvements – NW Quadrant - Collier County•LASIP Wingsouth Improvements – Collier County•Lely Main Canal Extension – Collier County•Santa Barbara Blvd. Canal – Collier County•Shangri-La Rd. Regional Drainage Improvements – City of Bonita Springs•LASIP Lely Manor Outfalls 3 & 4 – Collier County•LASIP Lely Manor North Outfall – Collier County•Immokalee Stormwater Downtown Improvements – Collier County•Immokalee Stormwater Improvements – Phase II – Collier County•LASIP Phase 1B – Collier County•Wiggins Pass Rd. Outfall Design - Collier County•Radio Rd. 16” Watermain Extension - Collier County
Page 3036 of 6355
SOQ • Client Name
Proposal Title 6Employee-Owned.
Client Focused.
BRENT C. GUILLOT, RLA
VICE PRESIDENT, LANDSCAPE ARCHITECTURE
EDUCATION2001, Bachelor of Landscape Architecture, (BSLA), Louisiana State University
SUMMARY OF QUALIFICATIONS
With 22 years’ professional experience as a Landscape Architect, Brent Guillot has led teams to design and construct award winning parks, campuses, and communities across the US. Developments include commercial shopping centers, residential subdivisions, high-rise towers, golf course clubhouses, public parks, municipal gateways, streetscapes, and roadway enhancement projects. Mr. Guillot is experienced managing all aspects of the project lifecycle from conception to close-out.
PROJECT EXPERIENCE
Private Developments:Shadow Wood Country Club, Estero, FLWildcat Run Country Club, Estero, FLAudubon Country Club, Collier County, FLCommons Club at the Brooks, Estero, FLJasper Flats, Naples, FLCareer Pathway Learning Lab, Immokalee, FLMediterra Country Club, Collier County, FLPelican Isle Yacht Club, Collier County, FLPelican’s Nest, Bonita Springs, FLRegency Towers, Naples, FL
Commercial Developments:Ferrari of Naples, Naples, FLArthrex Production Studio, Naples, FLBonita Springs YMCA, Bonita Springs, FLErdman Assisted Living Facility, Bonita Springs, FLGermain BMW, Naples, FLGermain Lexus, Naples, FLNeapolitan Plaza Publix, Naples, FLRevs Institute, Naples, FLBonita Metro Plaza, Bonita Springs, FL
Public Facilities:St. John’s Episcopal Church, Naples, FLEast Naples Community Park, Naples, FLImmokalee Pioneer Museum at Roberts Ranch, Immokalee, FLMarco Island Pickleball Center, Marco Island, FLLowdermilk Park ATV Storage, Naples, FLNorris Community Center Courtyard, Naples, FLRiver Park Community Center, Naples, FLMarco Island Beach Access, Marco Island, FL
Environmental Projects:BHP Billiton, Federal Multimedia Environmental Compliance Audit, USBP Wind Energy Farm, Flatridge I & II, Pratt, KSBlackhawk Energy, Federal Multimedia Environmental Compliance Audit, USMunicipal Separate Storm Sewer System (MS4), Alexandria, LA
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- 2018 – 2024Environmental Design Studio – Naples- 2016 - 2018Environmental Resources Management – Alexandria, LA 2010 – 2015Moore Planning Group – Alexandria, LA- 2006 – 201- Terravista Landscapes – Bentonville, AR- 2005 – 2006Smallwood Design Group – Naples, FL- 2001 - 2004
Years of Experience: 22
Professional Registration:FL Licensed Professional LandscapeArchitect No. LA6667385
Professional Affiliations:American Society of Landscape Architects
FDOT Prequalification:Prequalified in Work Group 15
Page 3037 of 6355
SOQ • Client Name
Proposal Title 3Employee-Owned.
Client Focused.
GEORGE W. HACKNEY, P.S.M.
VICE PRESIDENT
EDUCATION1993, Bachelor of Science (BSc), Surveying and Mapping, University of Miami
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. George Hackney has been working in the Surveying field since 1986 when he first joined ABB. He began his duties as a Survey crew rodman and was later promoted to instrument man and later Survey Crew Party Chief. Mr. Hackney left ABB for the University of Florida in 1991 to pursue a Bachelor’s Degree in Surveying and Mapping, returning in 1993 after graduation. As a project Surveyor, Mr. Hackney is responsible for Boundary Surveys of sectionalized lands, subdivisions, and metes and bounds parcels; Topographic Surveys for engineering design, Quantity Surveys; Condominium Surveys and preparation of condominium documents; Hydrographic Surveys; roadway Control Surveys, roadway Design Surveys and Right-of-Way mapping; subdivision planning and construction layout of all phases of subdivision construction, including home sites, utilities, roadways and buildings; Record Surveys/As-Built Surveys; field locations of environmental jurisdictional lines; horizontal and vertical control for aerial photography. Mr. Hackney’s technical background includes proficiency in Leica GPS Systems, AutoCAD versions R-12 through 2007, electronic data collection systems and processors, Carlson Surveying Program, Leica Geo-Office
GPS software, Trimble GPS Systems.
PROJECT EXPERIENCE
Commercial Development– •Ferrari of Naples, Naples•TownePlace Suites, Naples•Shops of Marco, Marco Island•Bonita Bay Plaza, Bonita Springs•Wal-Mart, Estero•Surveying services for all phases of Commercial development including the original boundary survey through construction to the final ALTA surve
Roadway Design, Right-of-Way and Control Surveys–•C.R. 846 – 11 Bridges Project, Collier County•C.R. 951 – Collier Boulevard, Collier County•C.R. 869 – Summerlin Road, Lee County•C.R. 864 – Rattlesnake-Hammock Road, Collier Country•C.R. 268 - County Barn Road, Collier Country•Immokalee Road & Randall Blvd. Intersection Imp., Collier County Surveying services for all phases of roadway construction including alignment layout, right of way takings, control surveys and as-built survey
Subdivision and Residential Projects– •Collier Villages, Naples•Career Pathways Learning Lab, Immokalee•Carlton Lakes, Naples•Twin Eagles, Naples•Villa Medici, Fort MyersSpring Run and Copperleaf at The Brooks, Estero•Vanderbilt Reserve, Naples•Surveying services for all phases of subdivision development including boundary surveys, platting, construction surveying services, as-builts surveys, site plans.
Municipalities – •Mr. Hackney’s experience includes providing Professional Surveying Services for Collier County, Lee County, City of Marco and the City of Naples.
Professional Registration:Licensed Professional Surveyor and Mapper, No. 5606
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc. 1986 – 1991 • 1993 – 2024
Years of Experience: 36
Professional Affiliations:Florida Surveying & Mapping Society, Collier/Lee Chapter
Volunteer Organizations:Engineering Ministries InternationalLove a Child Orphanage (Haiti)
FDOT Prequalifications:Work Groups 8.1, 8.2 and 8.4
Page 3038 of 6355
SOQ • Client Name
Proposal Title 12Employee-Owned.
Client Focused.
ROBERT WARDWELL, P.S.M.
SURVEYOR
2023, Bachelor of Science, (BAc), Geomatics Engineering,Florida Atlantic University
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. Robert Wardwell started his career at ABB in the engineering drafting and design department. He then moved to surveying after 3 years and began as an instrument man while going to school full time. As a , Robert is responsible for Boundary Surveys of sectionalized lands, subdivisions, and metes and bounds parcels; Topographic Surveys for engineering design, Condominium surveys and preparation of condominium documents, roadway Control surveys, roadway design surveys and Right-of-Way mapping; subdivision planning and construction layout of all phases of subdivision construction, including home sites, utilities, roadways, easements and buildings; Record Surveys/ As-Built Surveys; Field location of environmental jurisdictional lines and FEMA elevation certificates. Mr. Wardwell’s technical background includes proficiency in Leica GPS systems, Trimble GPS systems, AutoCAD Civil 3D, Carlson Survey, Electronic data collection systems and processors, Trimble business center, Leica cyclone.
PROJECT EXPERIENCE
Commercial Development• Arthrex Campus• FGCU Water School• River Royale• Bayshore Food and Wine Venue• Bonita YMCA• The Perry Hotel• Germain BMW• Germain Lexus
Roadway Design, Right-of-Way, and Control Surveys• Immokalee Road and Randall Blvd. Intersection Imp., Collier County
Subdivision and Residential Development• Magnolia Pond Apartments• Career Pathways Learning Lab• Pelican Bay Association• Mediterra Country Club• Regency Towers• Wildcat Run• Shadow Wood Country Club• Audubon Country Club
Municipal Projects• North Collier Regional Park• East Naples Community Park• Marco Island Veterans Park• Lowdermilk Park Improvements
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- 2018 – 2024Bonita Springs Utilities, Inc.- 2015-2017
Years of Experience: 6
Professional Registration:Florida Board of SurveyorsLicensed Professional Surveyor and Mapper, No. LS7576
Professional Affiliations:Florida Surveying and Mapping Society Collier/Lee Chapter
Page 3039 of 6355
SOQ • Client Name
Proposal Title 11Employee-Owned.
Client Focused.
MARK A. TEXTER, P.S.M.
SURVEYOR
State College Area High School1986 Wildlife Management, Pennsylvania State University1990, Land Survey Apprenticeship, Fairfax Adult Education
SUMMARY OF QUALIFICATIONS
With thirty-five years of extensive land surveying experience, I bring a comprehensive understanding of the requirements for effective team collaboration, client satisfaction, and profitability, while fostering high team morale. I am eager to join your team, with a willingness to relocate and contribute in both field and office settings. My expertise encompasses a broad range of field and office technologies, including Global Positioning Systems and AutoCAD. (Sokkia, Topcon, Trimble, Leica, Land Development Desktop, Carlson). Additionally, I am proficient in Microsoft Office Suite (Word, Excel, Office). I also possess practical experience in operating and maintaining large trucks, tractors, and boats, including their engines and hydraulic systems.
PROJECT EXPERIENCE
Professional History:Johnson Engineering 2003-2006, 2013-2024 Betterroads, Inc. 2012-2013E.F. Gaines Surveying Services 2011Community Engineering Services 1994-2003, 2006-2009
Years of Experience: 35
Professional Registration:Licensed Professional Surveyor and Mapper, No. LS6392
•Fort Myers Beach •Fifth Third Bank No. 346119•Florida Gulf Coast University •Florida Southwestern State College Student•Fort Myers Beach Access 43 •Recreational Facility•Nalle Grade Park – North Fort Myers •Matlacha Boat Ramp Hydrographic Survey – Summerlin Road •Collier County, I-75 FM Replacement•Popeye’s Louisiana Kitchen – LaBelle, Florida •City of Cape Coral Lift Station I20-•FGCU South Village Modular Building •Skyline Boulevard•FGCU Field Maintenance Building •Summerlin Road Right of Way•Babcock Ranch Boathouse, Discovery Center and Market Café Buildings
Page 3040 of 6355
SOQ • Client Name
Proposal Title 10Employee-Owned.
Client Focused.
SEAN HANES, CST 1
PROJECT REPRESENTATIVE
Barron Collier High SchoolFirefighter, City of Naples Fire SchoolEmergency Medical Technician, Edison Community College
SUMMARY OF QUALIFICATIONS
Prior to merging with LJA Engineering, Inc. Sean Hanes joined the ABB team in 1995 as a Survey Rodman and worked his way up to Party Chief. As Party Chief, Mr. Hanes was responsible for boundary, sectionalized land, engineering design surveys, topographic and as-built surveys, right-of-way surveys, specific purpose surveys, construction, subdivision layout and record platting. Mr. Hanes is dually trained as an engineering field technician. He has been trained by ABB engineering staff to act as their representative in the field on construction projects. Having the survey background has served Mr. Hanes well; he possesses surveying knowledge beyond that of the usual engineering inspector due to his continuing background in Land Surveying.
FIELD EXPERIENCE:During the course of the following projects, Mr. Hanes’ responsibilities included those normally associated with the CEI function on private work. He communicated with clients and engineers on the progress of the work, reviewed shop drawings for contract document compliance, produced daily project logs, reviewed pay requests, assessed substantial completion status, prepared preliminary and final punch lists, and followed up on these lists. Associated with these activities, he was responsible to see that staff budgets were maintained, underground utility construction complied with applicable laws and rules, storm drainage was properly constructed, paving systems were installed in accordance with FDOT specifications, responded to contractor and owner generated questions and acted as an extension of the project manager in the field. He demonstrates proficiency in the testing regimens required by various projects including pressure tests, smoke tests, low pressure air testing, lamping of sewer lines, infiltration/exfiltration testing, pumping system startup operations, and bacteriological testing and clearances of potable water lines. Due to his surveying background, taking record measurements during construction presents clients with a great benefit, as the work he develops there can be a running record that the completed work is progressing in conformance with the dimensional standards given in the construction documents.
PROJECT EXPERIENCE
Germain Toyota and Honda Old Collier Golf CourseGermain LexusTurkey Point FPLGolden Gate HammerheadsMarco Island StormwaterOrange Tree UtilitiesRiver Park PoolNaples ZooCity of Naples Pump StationsEast Naples Water Main RehabilitationNaples Mobile Estates Water Main RehabilitationTwin Eagles
Pump Station 312Woodbridge Gravity Sewer (BSU)Fountain Lakes Force Main (BSU) · Bascom Palmer Eye Institute (UM)Arthrex Creekside Campus, Administration Building, Hoteland Wellness CenterNorth Collier Regional Park – Artificial Turf FieldsArthrex BoulevardGoodlette Road Ditch Reconstruction & Stabilization ProjectEast Naples Community ParkGordon River GreenwayCollier County Force Main 308Collier County Master Pump Station 312 RehabilitationFerrari Dealership
Professional History:LJA Engineering Inc.- 2024 – PresentAgnoli, Barber & Brundage, Inc.- January 1995 - Present
Years of Experience: 28
Professional Registration:Certified Survey Technician, Level I, by American Congress of Surveying and MappingMaintenance of Traffic Intermediate Certification Class II Asbestos OSHA Certification
Page 3041 of 6355
LJA AND SUBCONSULTANTS
COLLABORATION
Perhaps the most important element of the information contained herein is the obvious collaboration of the
personnel to be charged with the completion of this project. We have worked extensively with our
Subconsultants on past projects and on current ongoing projects. Familiarity has created a seamless work
environment which translates to efficiency for the County. This familiarity and successful collaboration will
ensure that this project is successfully completed on time and within budget.
Listed below are a few examples of successfully delivered projects amongst our project team. There are a
wide variety of project types, which strengthens our team collaboration. All of the projects are local, with a
majority of them located within Collier County, thus providing our team with strong local knowledge.
Apex (Water Science Associates & Johnson Engineering)
City of Naples Well 408
City of Naples Well 426
City of Naples Wellfield Reliability Study
Collier County Well 38
Collier County Well 39
Collier County Well 40
Collier County Wells 10 & 11 Improvement
Rivergrass
Longwater
Bellmar
Town of Big Cypress
Horse Trials
Old Collier Golf Course
Old Corkscrew Golf Course
Southwest Florida Flood Study
Expert witness in support of Pelican Bay Sidewalks
GHC Architectural & Structural Services
City of Naples Well 408
City of Naples Well 426
Orange Tree EMS
Revs Auto Museum
Golden Gate Community Center
Everglades Emergency Management Center
Velocity Engineering Services
City of Naples Well 408
City of Naples Well 426
Collier County Well 40
Bonita Bay Lake Rehabilitation Project
What makes this team different from the others?
There is no team better than this one at deploying the latest and greatest methods in engineering and design. From
assessment to visioning to solutions to implementation, and everything in between, this team has a the complete in-house
passion, capacity, familiarity with Collier County, and technical clout to assist the County and the community in providing
services that will lead to a successful project and meaningful change.
Page 3042 of 6355
Apex Companies, LLC (Apex) is a national multidisciplinary consulting and engineering services firm with a
robust portfolio of capabilities in water, environmental, health and safety, compliance and assurance,
sustainability, construction management, and infrastructure. Our 1,400+ staff includes a diverse team of
geologists, hydrogeologists, engineers, scientists, technicians, and information management specialists.
Founded in 1988 and ranked #12 as an ENR All-Environmental firm and #58 in ENR’s Top 200
Environmental Firms, Apex is known for our technical expertise, rapid response, operational integrity, and
exceptional client satisfaction. We provide environmental consulting and design services – including water
resource services – to a wide range of municipal agencies, supporting cities, states, and federal government
agencies across the nation. We take pride in our reputation for responsive, client-focused, and solutions-
oriented services and believe in listening carefully to our clients’ objectives and needs for their projects,
collaborating effectively with project team members, and delivering appropriate and cost-effective solutions
for our clients’ most challenging projects.
To support Florida municipalities with their prolific water resource-related projects tied to their constituents’
rapidly increasing water consumption needs, Apex has made key recent acquisitions. Apex acquired Water
Science Associates, LLC (Water Science) in 2023. Licensed to practice both geology and engineering in the
state of Florida through the Florida Department of Professional and Business Regulation (FL DBPR), Water
Science staff deepen Apex’s local bench strength with geologists and hydrogeologists who offer extensive
experience in projects critical to municipalities like Collier County (County), including design, permitting and
construction oversight of production and deep injection wells, groundwater modeling, wellfield evaluation
and rehabilitation, and water use permitting. Our staff is proficient with the major groundwater modeling
interface platforms, including Groundwater Vistas, Groundwater Modeling Software (GMS), Visual
MODFLOW Pro, and ModelMuse, as well as the major surface water and integrated surface water/
groundwater model interface platforms such as ICPR, MIKE11 and MIKESHE. All models incorporate
geographic information systems (GIS) allowing for “real world” evaluations. To bolster our environmental
and modeling capabilities, Apex acquired Johnson Engineering., LLC (Johnson) in 2024. Johnson staff bring
a team of more than 130 professional civil engineers, ecologists, scientists, geologists, surveyors and
mappers, certified land planners, and landscape architects with expertise in a broad spectrum of
engineering disciplines and extensive experience supporting city, county, and state government agencies
on water resource projects similar in nature to the County’s.
The additional expertise, insight, and experience of our expanded hydrogeologic and engineering staff—
based in 12 offices throughout the state including Fort Myers, Tampa, and Naples—has greatly expanded
Apex’s expertise in water resource evaluation, planning, design, permitting, and construction of our Florida
clients’ critical water infrastructure and related water resource projects and our ability to provide them with
key solutions on their highly acclaimed projects.
Page 3043 of 6355
Kirk Martin, PG, CPG, CGWP
DIVISION MANAGER
1 • Kirk Martin, PG, CPG, CGWP
Kirk Martin, PG, CPG, CGWP, has more than 40 years of professional experience conducting groundwater resource
investigations and managing complex integrated water resource programs. He has expertise in water supply
development, groundwater hydraulic interpretations, and fresh/saline water relationships in coastal aquifers and
extensive experience in the application of statistical analyses, computer models, and geophysical methods to the
solution of water resource issues. Mr. Martin takes a “total water management” approach to water resource planning and
management challenges that provides for creative solutions to address multiple level issues, including large-scale water
supply, aquifer recharge, and injection well design, construction, testing, and evaluation. He has extensive knowledge of
water policy and the regulations governing water supply and water resource management. He commonly serves as a
technical advisor to state, regional, and local governing bodies on water resource issues, including for cities and counties
throughout the state of Florida; notably, he worked as principal hydrologist on three projects winning awards from the
Governor’s Commission for a Sustainable South Florida. Mr. Martin has evaluated, designed, permitted, and developed
over 500 million gallons per day (MGD) of water supply in Florida over the course of his career.
Project Experience
Wells LTA-30 and LTA-40 Design, Permitting and Construction • Collier County Golden Gate Wellfield • FL
Project Director
Designed and provided oversight of the drilling program for Golden Gate wells LTA 39 and LTA 40. The construction
involved pilot-hole drilling, geophysical logging, collection of lithological data from drill cuttings, and hydraulic testing.
The wells were successful at producing high-capacity flows of fresh water to the raw water supply for the County’s North
Water Treatment Facility on Vanderbilt Beach Road in Golden Gate Estates.
Wellfield Improvements Program • Collier County • Collier County, FL • Director
Served as the lead technical resource for the program that includes planning, evaluation, design, permitting,
construction, and improvements of the County’s fresh, brackish, and reuse water supplies for more than 100 water supply
wells, 8 deep injection wells, and 3 aquifer storage and recovery (ASR) wells. Recognizing increasing uncertainty in
securing water resources, Collier County elevated water supply to programmatic status to ensure they could meet long-
range needs.
Collier County Consumptive Water Use Permit Renewal • Collier County, FL • Project Director
Prepared application packages for Collier County’s NESA, Golden Gate, SRO and NRO wellfields. More recently, lead the
effort in combining and expanding the County’s existing water use permits that resulted in extension of the combined
permit to the year 2060, provided for the full capacity use of each of the County’s water treatment facilities, and provided
an increase in the water allocation from 65 mgd to 78 mgd.
Wellfield Vulnerability Evaluation • Collier County • Collier County, FL • Project Director
Directed the team during the Collier County Wellfield Vulnerability Evaluation for Collier County. The purpose of the
evaluation was to assess whether an existing MIKE SHE/MIKE 11 watershed model developed for Collier County could be
used effectively for making improvements to the County’s wellfield protection program. Developed the concept jointly
with Collier County staff as a means to incorporate surface water influences to the wellfield vulnerability process in a cost
effective manner using existing available analytic tools. The evaluation indicated that the MIKE SHE/MIKE 11 provided
groundwater vulnerability zone delineations consistent with the County’s previous wellfield protection models and
would provide a substantial improvement to resolution and accurate predictions of groundwater conditions by
incorporating surface water features.
Saltwater Intrusion Analyses • Florida Keys Aqueduct Authority (FKAA) • FL • Technical Director
Directed a team in detailed statistical evaluation of a wide range of hydrogeologic data that showed that FKAA
withdrawals were not the cause of saline water migration but that operation of upgradient canal infrastructure and a
power supply cooling system were the critical factors in the movement of saline water in the production aquifer.
Page 3044 of 6355
Kirk Martin, PG, CPG, CGWP
DIVISION MANAGER
2 • Kirk Martin, PG, CPG, CGWP
Saltwater intrusion was limiting withdrawals from FKAA’s most efficient water source.
Wastewater Disposal by Deep Injection Well • City of Fort Myers • Fort Myers, FL • Technical Director
Under consent order from the FDEP, the City of Ft. Myers contracted Water Science Associates to plan, design, permit,
and oversee construction of four deep Class I Boulder Zone Injection Wells: two each at the City’s Central and South
Water Reclamation Facilities. The wells were sized to manage peak hour flows from each of the facilities with full backup
capacity provided.
Well Rehabilitations 2021-2022 • City of Naples • Collier County, Florida • Technical Director
Evaluated the performance of production wells and to design and implement a testing and treatment program using
carbon dioxide on eight selected wells. Treatment at each well consisted of injection of between 4,200 and 4,400 pounds
of CO2 diffused inline into raw water at a feed ratio of about 10 pounds of CO2 per 1,000 gallons of water over a period of
about 80 hours. A total volume ranging between 350,000 and 450,000 gallons of raw water infused with CO2 was
injected into each well at rates which averaged between 75 and 90 gallons per minute depending on the raw water
system pressure and flow. Specific capacity testing conducted before and after treatment of the wells showed
improvements in specific capacity ranging from 43 percent to 322 percent with an average improvement of 145 percent.
Flow Equalization Basin Modeling • South Florida Water Management District (SFWMD) • Lake Okeechobee
Watershed, FL • Technical Director
Oversaw the SFWMD modeling study that was carried out to assess the potential hydrogeological impacts of three
proposed Flow Equalization Basins (FEB) designated as C-139, Lake Hicpochee, and BOMA located in the Lake
Okeechobee Watershed (LOW). The FEBs were proposed to be above ground water storage impoundments constructed
at ground surface with up to four feet of standing water held above existing ground level. The modeling study utilized
the Lower West Coast Surficial and Intermediate Aquifer System Model (LWCSIM) developed by the SFWMD as the base
model and geotechnical testing results, FEB design, and shallow aquifer hydraulic information specific to the site. The
model was converted into a steady-state model and a subset of the model was extracted using the Telescopic Mesh
Refinement (TMR) process using Groundwater Vistas version 8 to focus on the area of interest. The TMR model
incorporated site-specific hydraulic data and proposed FEB design and evaluated water level changes (groundwater
mounding) and the extent of influence due to the FEBs.
Groundwater Replenishment Project • City of Clearwater • Clearwater, FL • Quality Assurance Officer
Project took purified municipal wastewater to recharge the Upper Floridan Aquifer (UFA) to mitigate ongoing saline
water intrusion due to over pumping of the aquifer and allow for increased use of the UFA for potable supply. Project
included design, permitting, and construction of test facilities including pilot purification plant, injection wells, and
testing of the same.
Lower Charlotte Harbor Flatwoods Hydrologic Restoration Project • Coastal and Heartland National Estuary
Partnership • Punta Gorda, FL • Principal Hydrogeologist
Responsible for the hydrogeologic investigation carried out at the Babcock Webb and Yucca Pens Wildlife Management
Areas. The scope included installation of monitoring stations for surface and groundwater at 40 locations, collecting
water level data, and utilizing the data to update an existing MIKE SHE/MIKE 11 model. A scenario analysis was performed
to evaluate three scenarios that have the potential to improve hydrology of Babcock Webb and Yucca Pens. The
recommended scenario includes storage of wet season flows in the proposed Bond Farm Hydrologic Enhancement
Impoundment and the proposed Cape Coral Northeast Reservoir. Hydraulic simulations were conducted to store over 1.6
billion gallons of water/year in the Cape Coral NE Reservoir.
Edison Farms Hydrologic Restoration Design • Lee County • Lee County, FL • Lead Hydrogeologist
Directed the data collection effort to update the hydro-stratigraphy of the model domain of the Estero River MIKE
SHE/MIKE 11 model. Emphasis was given to the area east of I-75 and south of SR-82 where additional lithographic boring
Page 3045 of 6355
Kirk Martin, PG, CPG, CGWP
DIVISION MANAGER
3 • Kirk Martin, PG, CPG, CGWP
logs from more than two decades of prior hydrogeologic studies were provided. The updated hydro-stratigraphy
included a more detailed representation of the Bonita Springs Marl than was available from the Southwest Florida Water
Management District (SWFWMD) hydro-stratigraphic database.
Education
• BS, Geology, Florida Atlantic University
Professional Registrations/Certification/Training
• Professional Geologist No. 79, Florida
• Certified Professional Geologist, American Institute of Professional Geologists (AIPG)
• Certified Groundwater Professional (CGWP), National Groundwater Association (NGWA
Page 3046 of 6355
Andrew McThenia, PG
SENIOR GEOLOGIST
1 • Andrew McThenia, PG
Andrew McThenia has almost 30 years of professional experience in geology, hydrogeology, well construction, and water
and environmental resource permitting. A geologist with a broad range of experience, he offers a focus on the design,
testing, and construction of wells for public water supply, disposal, geothermal, storage, and irrigation. He has worked
closely with regulatory agencies including the Florida Department of Environmental Protection (FDEP) Underground
Injection Control (UIC) Program and the South Florida Water Management District to develop practical and
environmentally defensible solutions to the challenges presented by complex hydrogeological situations. Mr. McThenia’s
technical expertise includes the application of various investigative techniques including borehole geophysical logging,
hydraulic isolation packer testing, water level data analysis, and aquifer performance analysis.
Project Experience
Wells LTA-30 and LTA-40 Design, Permitting and Construction • Collier County Golden Gate Wellfield • FL
Construction Manager
Managed and provided oversight of the drilling program for Golden Gate wells LTA 39 and LTA 40. The construction
involved pilot-hole drilling, geophysical logging, collection of lithological data from drill cuttings, and hydraulic testing.
The wells were successful at producing high-capacity flows of fresh water to the raw water supply for the County’s North
Water Treatment Facility on Vanderbilt Beach Road in Golden Gate Estates.
Four New Reverse Osmosis (RO) Supply Wells, Stock Island RO Water Treatment Plant (WTP) • Florida Keys Aqueduct
Authority • Key West, FL • Lead Geologist
Designed, specified, and provided oversight of the construction of four new raw water supply wells for the Florida Keys
Aqueduct Authority’s Stock Island RO WTP in 2019–2020. The new wells were successfully completed and tested with a
capacity of 2,500 gpm per well for a total of 14.4 MGD additional raw water capacity for the treatment plant. The wells
were constructed using 24-inch diameter SDR 17 PVC well casing installed to 60 feet with total depths of 100 feet.
Collier County Reclaimed Water ASR • Collier County, FL • Lead Geologist
Responsible for a Class V ASR well drilling, construction, and testing for the first well of the Collier County Pilot Reclaimed
ASR Wellfield to assess storage and recovery of reclaimed water. Construction of the ASR well was conducted
concurrently with installation of monitor well to 674 feet at the same facility. Supervised drilling and construction,
conducted aquifer testing and analysis, and prepared completion reports.
RO Wellfield Evaluation • City of Fort Myers • Fort Myers, FL • Lead Geologist
Responsible for evaluation of existing data on well water quality and performance to identify and resolve issues with
decreasing capacity and water quality. Designed and oversaw a program of investigation involving geophysical logging,
video surveys, and step-drawdown testing to evaluate the six most degraded wells in the wellfield. Specified a program
of back-plugging, purging, and abandonment of degraded wells that allowed an additional 1 MGD of capacity to be
restored to the wellfield.
New Class I Deep Injection Well Design and Permitting • Charlotte Harbor Water Association (CHWA) • Charlotte
County, FL • Lead Hydrogeologist
Designed and successfully permitted the construction of a new deep injection well for disposal of up to 7.93 MGD of RO
concentrate from the CHWA RO Water Treatment Plant.
New Class I Deep Injection Well Design and Permitting • CHWA • Punta Gorda, FL • Lead Geologist/Project Manager
Designed and successfully permitted the construction of a new deep injection well (IW-1) for disposal of up to 7.93 MGD
of reverse-osmosis (RO) concentrate from the CHWA RO Water Treatment Plant in Charlotte County Florida.
Rehabilitation of Four Wells and Plug and Plug One Well – East Golden Gate Wellfield • City of Naples • Naples, FL
Lead Geologist
Designed, specified, and implemented the rehabilitation of four City of Naples supply wells in the City’s East Golden Gate
Page 3047 of 6355
Andrew McThenia, PG
SENIOR GEOLOGIST
2 • Andrew McThenia, PG
Wellfield. The rehabilitation work included acidification of two wells using CO2 and of one well using hydrochloric acid.
The project initially included rehabilitation of four wells and plugging one well; however, due to unforeseen issues with
well obstruction and bacteriological clearance, the scope was changed to include acidification of three wells plus
brushing and enhanced disinfection of two wells.
Supplemental Irrigation Water Supply • City of Cape Coral • Cape Coral, FL • Lead Geologist
Responsible for design of monitoring network for groundwater, surface water, and rainfall in support of a pilot project to
utilize several excavated pits at an aggregate mine pit in Charlotte County which would supply the irrigation needs of
Cape Coral during the dry season. The project involved establishing measurements of baseline conditions in wells, mine
pits, and ditches before, during, and after a withdrawal period wherein water from the mine was pumped to ditches
which feed into the City’s canal network and ultimately to the irrigation system.
City of North Port Class I Injection Well • North Port, FL • Lead Geologist/Project Manager
Responsible for various aspects of feasibility, design, and permitting of the City’s newest Class I Injection well for
combined municipal and industrial effluent streams from a wastewater treatment facility and a reverse osmosis plant
respectively. As a part of the well design process, responsible for producing construction specifications which outlined a
detailed program of pilot hole drilling and testing that was followed by construction and testing of the injection well.
During the construction phase of the project, supervised a drilling contracting firm and four geologists. Technical aspects
of the project included geological descriptions of formation samples, interpretation of geophysical logs, analysis of
packer testing data, review of construction materials specifications, technical analysis of casing cementing plans,
interpretation of mechanical integrity testing data via pressure testing and radioactive tracer survey, and collection and
hydraulic analysis of injection test data. Upon completion of the well, prepared technical descriptions of all aspects of
construction and testing including analysis of the hydrogeologic conditions encountered for a well completion reports
and also to satisfy subsequent permit requirements related to operations and maintenance of the City of North Port
Injection Well System.
City of Oldsmar Class V Exploration Well • Oldsmar, FL • Lead Geologist
Leader of a team of four geologists overseeing well drilling, construction, and testing of an exploration well to 3600 feet
to assess potential for injection of municipal effluent and RO concentrate and for aquifer storage and recovery (ASR).
Supervised drilling and construction, directed multiple zone packer testing and core drilling, and prepared
hydrogeological analyses for completion reports and subsequent permit applications including technical specifications
for construction of a Class I injection well.
Education
BS, Geology, Washington and Lee University
Professional Registrations/Certification/Training
• Professional Geologist, Florida, No. 2318; North Carolina, No 1823; South Carolina, No 2285; Virginia, No. 2801001373
• Florida Storm Water Control and Sedimentation Control Inspector
Page 3048 of 6355
Rahul John, PG, PMP
PRINCIPAL HYDROGEOLOGIST
1 • Rahul John, PG, PMP
Rahul John is a principal hydrogeologist with more than 20 years of experience performing water supply planning,
groundwater modeling, and hydrogeologic assessment. Mr. John offers a broad range of expertise in aquifer
characterization, well design, permitting, construction oversight, hydraulic data interpretation, and statistical analysis
gained on projects involving raw water supply wells used for reverse osmosis (RO) water treatment plants and deep
injection wells used for concentrate and wastewater disposal. An experienced groundwater modeler, Rahul has developed
several regional scale models using state-of-the-art modeling codes. Additionally, he has authored over 60 technical
reports—many of which provide innovative hydrogeological solutions for real-world problems—and served as the
principal modeler for the consumptive use permitting process resulting in impact assessments of over 100 projects
in Florida.
Project Experience
Wells LTA-30 and LTA-40 Design, Permitting and Construction • Collier County Golden Gate Wellfield • FL • Senior
Project Manager
Designed and provided oversight of the drilling program for Golden Gate wells LTA 39 and LTA 40. The construction
involved pilot-hole drilling, geophysical logging, collection of lithological data from drill cuttings, and hydraulic testing.
The wells were successful at producing high-capacity flows of fresh water to the raw water supply for the County’s North
Water Treatment Facility on Vanderbilt Beach Road in Golden Gate Estates.
Master Plan Development • Collier County, City of Naples • Cape Coral, FL • Senior Hydrogeologist/Project Manager
Oversaw the development of Master Plans for Collier County Public Utilities, City of Naples and City of Cape Coral. The
scope included water supply and wastewater management for a 20-year period from 2020 to 2040. Work elements
included historical operational data review, demand projections, water resource evaluation, evaluation of adequacy of
existing infrastructure, wastewater disposal requirements, existing capacity evaluation and GAP analysis, develop and
rank alternatives, and development of Capital Improvement Plan.
Collier County Consumptive Water Use Permit Renewal • Collier County, FL • Senior Project Manager/Hydrogeologist
Prepared application packages for Collier County’s NESA, Golden Gate, SRO and NRO wellfields. More recently, lead the
effort in combining and expanding the County’s existing water use permits that resulted in extension of the combined
permit to the year 2060, provided for the full capacity use of each of the County’s water treatment facilities, and provided
an increase in the water allocation from 65 mgd to 78 mgd.
Brackish Water Wellfield Expansion • North Collier Water Treatment Plant • Collier County, FL • Senior Modeler
Primary focus of this project was to assess the potential impacts due to expanding a wellfield in Collier County. Updated
and modified an existing regional groundwater flow and solute transport model to simulate potential drawdown
impacts, interference between well fields, saltwater intrusion. Well capture zones/protection areas were delineated based
on a 20-year model simulation. Developed Collier County’s Northeast Service Area impact assessment model in 2022
during their permit renewal process.
Foxfire IQ Supplemental Wells • Collier County • Fl • Senior Project Manager
Managed a team to design and permit 3 production wells and 1 monitoring well at the County’s Foxfire tank site to
supplement IQ water supply. Work elements included designing the below-ground well components, pump station,
electrical components, yard piping, geotechnical exploration, survey, and prepare water use permit applications.
Flow Equalization Basin Modeling • South Florida Water Management District (SFWMD) • Lake Okeechobee
Watershed, FL • Senior Modeler
Developed a model to assess the potential hydrogeological impacts of three proposed Flow Equalization Basins (FEB)
designated as C-139, Lake Hicpochee, and BOMA located in the Lake Okeechobee Watershed (LOW). The FEBs are
proposed to be above ground water storage impoundments constructed at ground surface with up to four feet of
Page 3049 of 6355
Rahul John, PG, PMP
SENIOR HYDROGEOLOGIST
2 • Rahul John, PG, PMP
standing water held above existing ground level. The modeling study utilized the Lower West Coast Surficial and
Intermediate Aquifer System Model (LWCSIM) developed by the SFWMD as the base model and geotechnical testing
results, FEB design, and shallow aquifer hydraulic information specific to the site. The model simulated mounding around
the FEBs and potential impacts to nearby natural systems.
Collier Northeast Service Area Public Water Supply Permit • Collier County • Collier, FL • Senior Managing
Hydrogeologist
Secured a water use permit for Collier County for their Northeast Service Area. Work elements included demand
projections, preparing water conservation plan, and groundwater modeling. Negotiated with the SFWMD to include the
reuse water supplement to the potable public water supply permit.
Water Resource Management • Naples Botanical Garden • Naples, FL • Lead Computer Modeler
Performed a hydrogeological assessment, including groundwater flow and solute transport modeling, to develop a
system supplying fresh water for irrigation at the Naples Botanical Garden, Naples, Florida. Due to the proximity to tidally
influenced groundwater, dissolved chloride concentrations varied significantly both laterally and vertically. Installed test
wells to determine the chloride distribution, lithology, and aquifer coefficients. Developed a calibrated groundwater
model to determine the optimal number, placement, design, and pumping rates of production wells. The primary design
criteria were to minimize lateral and vertical saline water intrusion in the water-table aquifer.
Algenol Biofuels Deep Injection Well Design and Construction • Lee County • Naples, FL
Senior Managing Hydrogeologist
Managed conducting a feasibility study, permitting, and oversee construction a Class 1 injection well system at Algenol
Biofuels facility, an innovative alternative fuel producer that uses hybrid algae to make ethanol from carbon dioxide,
water and sunlight. The injection well system, which included a deep 1,850-foot-deep injection well and a 1,500-foot dual
zone monitoring well, was designed to discharge wastewater generated from biofuel processing. Oversaw the design,
permitting and construction of an approximately 1,800-foot-deep production well at the Algenol Biofuels facility, Lee
County, Florida. The well was completed in the Avon Park formation and is currently serving as the primary raw water
supply well for the ethanol producing bioreactors in the facility.
Southwest Aggregates Mine Reservoir Pumping • Charlotte County • FL • Lead Groundwater Modeler
Conducted inverse modeling using MODFLOW and PEST to simulate a 45-day reservoir pumping test and to determine
the aquifer coefficients of the Surficial Aquifer at the Southwest Aggregates Mine site in Charlotte County. The test was
carried out as a pilot study to determine the feasibility of using the reservoir to supply 16 mgd of water to the City of
Cape Coral to meet their irrigation demands during dry season. A model was developed to simulate the drawdown in the
reservoir and was calibrated to water levels collected in a suite of monitoring wells around the lake. The model was used
to determine the aquifer parameters of the shallow unconfined aquifer.
Deep Injection Wells • Collier County • FL • Senior Project Manager
Managed a team to design and permit 2 deep injection wells and 1 monitoring well at the County’s NESA site. Work
elements included alternative design and cost analysis, permitting, and site selection. Well construction is ongoing.
Deep Injection Wells • City of Fort Myers • FL • Senior Project Manager
Managed a team to design and permit 4 deep injection wells and 2 monitoring wells at two waste water treatment
facilities of Fort Myers Utilities. Work elements included, preparing preliminary design reports, final design and cost
analysis, permitting, and site selection. Well construction is ongoing.
Education
• MS, Hydrogeology, University of Wisconsin-Madison
Page 3050 of 6355
Rahul John, PG, PMP
SENIOR HYDROGEOLOGIST
3 • Rahul John, PG, PMP
• MS, Geology, University of New Orleans
• BS, Geology, University of Calicut, India
Professional Registrations/Certification/Training
• Professional Geologist No. 2318, Florida
• Project Management Professional
Page 3051 of 6355
Erik joined Johnson Engineering in 2003. He earned both his Master of Engineering and Bachelor of
Science in Civil Engineering degrees from the University of Florida where his graduate study was focused
on water resources with an emphasis on groundwater. As an engineer, licensed water well contractor
and general contractor, Erik is familiar with both the technical and construction side of groundwater
projects.
Erik’s experience as an engineer includes modeling of surface water, groundwater, pipe hydraulics, pump
hydraulics, potable water systems, irrigation water systems and wastewater system. Erik is experienced
in data analysis, design, permitting, bidding, and construction administration of a variety of types of
projects. He routinely performs detailed calculations, prepares specialized plans and specifications for
projects that require an ‘out-of-the-box’ approach. Erik’s technical background and practical experience
allows him to handle any water well project, whether it be simple data analysis or complex water quality
calculations.
Relevant Experience
¬ Lee County Utilities, North Lee County Water Treatment Plant DIW II - Engineer of
Record and project manager for the design, permitting, and construction inspection services
for a second injection well and dual zone monitor well for brine disposal.
¬ Lee County Utilities, Green Meadows Water Treatment Plant Expansion - Engineer of
Record for hydraulic modeling, design and permitting (FDEP ERP, FDEP PWS, USACE,
FWC, FDEP UIC) of a wellfield expansion for the Lee County Utilities Green Meadows
Water Treatment Plant Expansion. The project entailed evaluation of 27 existing wells
within the Surficial and Sandstone aquifers, design of six Floridan aquifer wells, two deep
injection wells, two dual zone monitor wells, 60,000 feet of pipeline, and five-mile-long
access road.
¬ City of Fort Myers Eastwood Wellfield Expansion - Project manager for design and
permitting for the drilling, testing and construction of two Upper Florida Aquifer public
water supply wells, three Upper Florida Aquifer test wells, and installation of approximately
3,000 linear feet of raw water transmission line at the City of Fort Myers Eastwood wellfield.
¬ Lee County Utilities, Corkscrew 5 MGD Wellfield Expansion - Design, permitting, and
construction inspection services for 30,000 feet of raw water main (24-inch to 10-inch) and
24 water wells. Mr. Howard was the Engineer of Record for construction administration
services and project certification. This project included 26 pumps and 30,000 feet of piping.
¬ Charlotte County Utilities, West Port Dual-Zone Monitor Well - Performed well
logging, testing, groundwater modeling and data analysis to determine the cause of the
decline in well yield.
¬ Desoto County Utilities, GEO/DCF Wellfield Expansion - The project included existing
wellfield evaluation with aquifer performance testing of in-service wells, SWFWMD water
use permit modification, well and raw water main design, FDEP permitting, bidding and
construction administration services. Mr. Howard served as the project manager, engineer,
and construction inspector. Mr. Howard tailored bidding specification to strictly adhere to
permit conditions and ensure contractor conformance as part of this project.
¬ USACOE Campground Well Investigation – This project entailed the investigation of sand
production from an existing well. The well was pumped developed, air developed, and video
logged. This project showed that the well was short cased and should be abandoned and
replaced. This well was completed in the Upper Floridan aquifer and was free flowing
artesian.
¬ Charlotte County Utilities, Rotonda ASR Well - Construction and inspection services for
a reclaimed water ASR system. Mr. Howard reviewed the proposed construction plans and
provided recommendations for cost savings that the County was able to realize.
¬ Lee County Natural Resources, Wellhead Protection Ordinance - Provided peer review
and comments of the proposed Lee County Wellhead Protection Ordinance.
ERIK HOWARD, PE, PSM
Professional Engineer
ehoward@johnsoneng.com
239.461.2441
Years Experience
22 years
Licensing & Registration
Florida Professional Engineer,
License No. 66574
Florida Professional Surveyor and
Mapper, License No. 6959
State of Florida Certified
General Contractor,
License No. CGC1517855
State of Florida Certified
Electrical Contractor,
License No. EC13005228
State of Florida Certified
Plumbing Contractor,
License No. CFC1428169
State of Florida Water
Well Contractor,
License No. 7278
Leadership in Energy &
Environmental Design Accredited
Professional (LEED AP)
Education/Training
Master of Engineering, Hydrological
Sciences Concentration, (2003),
University of Florida
B.S. in Civil Engineering (2002),
University of Florida
Civic
DeSoto County Planning and
Zoning Commissioner
Former Charlotte County
Construction
Licensing Board Member
Former Murdock Village CRA
Advisory Committee Member
Page 3052 of 6355
John joined Johnson Engineering in 1997 as an ecologist. His duties include all aspects of state, federal
and local environmental resource permitting, wetland determinations, environmental impact surveys and
assessments, mitigation plan design and construction oversight, wildlife surveys, endangered species
relocation, expert witness testimony, avian flight pattern monitoring, habitat mapping, FDOT biological
assessments, and protected species and mitigation monitoring reports. John is an Authorized Gopher
Tortoise Agent by the Florida Fish and Wildlife Conservation Commission. In June 2013, John met the
qualifications established by the Board of Professional Certification of the Ecological Society of America
to become a Certified Senior Ecologist. In May 2016, John also met the education, training and
experience requirements as stipulated under Federal Aviation Administration (FAA) Advisory Circular
150/5200-36A to be classified as a Qualified Airport Wildlife Biologist.
Relevant Experience
¬ Green Meadows Wellfield Expansion, Lee County - Served as lead ecologist overseeing
the state and federal environmental permitting for Lee County Utilities 5 MGD wellfield
expansion, construction of a pervious wellfield access road to allow year-round accessibility,
and installation of 25,500 linear feet of raw water transmission main. This project included
extensive regulatory agency coordination with the FDEP and USACE, completion of
jurisdictional wetland delineations, a protected species survey, wetland mitigation calculations,
and preparation of management plans for listed species, including determining wildlife habitat
compensation requirements for the federally endangered Florida panther and wood stork.
¬ Helms Road Extension, Hendry County - Served as lead ecologist, overseeing gopher
tortoise surveys, permitting and relocation for over 50 burrows. Conducted surveys,
prepared management plan, and obtained Incidental Take Permit from FWC for Big Cypress
fox squirrel.
¬ Airport Sears MSBU Drainage Improvements, Hendry County - Served as lead ecologist
for the project, which required SFWMD and USACE permitting, Section 7 consultation with
USFWS and coordination with FWC staff on multiple state and federal listed species.
Wildlife surveys entailed gopher tortoise surveys per FWC Guidelines and four (4) seasons
of crested caracara nesting season surveys to date in accordance with USFWS protocols.
¬ County Road 78, Hendry County - Conducted caracara surveys and environmental
permitting with state and federal permitting agencies. Close coordination was required with
USFWS and subsequent monitoring to allow construction activities to occur within the
primary zone of an active crested caracara nest during nesting season.
¬ Tippen Bay Water Storage Facility, Charlotte and Desoto Counties - Conducted habitat
mapping, wetland and protected species assessment and wetland impact and mitigation
analysis using UMAM for a potential ±20,000 acre, 15MGD water storage facility. The site
was also evaluated for its potential to provide regional wetland mitigation credits and listed
species conservation banking opportunities.
¬ Babcock Ranch, Lee & Charlotte Counties - Protected species surveys, wetland
jurisdictional determinations, multiple gopher tortoise relocations, caracara surveys.
¬ Gasparilla Island Water Authority, Charlotte County - Performed wetland delineation,
habitat mapping, protected species surveys, environmental permitting, wood stork prey base
assessment, mitigation assessment for the installation of a new 12-inch water main in
Gasparilla Sound via subaqueous directional drill to avoid impacts to mangroves and sea
grasses. The project also affected a federal navigation channel, requiring Section 408
permitting by the Army Corps of Engineers Jacksonville office.
¬ Lee County Port Authority Airport Mitigation Park, Lee County - Conducted listed
species surveys, hydrologic monitoring, wildlife monitoring, habitat mapping, wetland
delineations, and state and federal regulatory agency coordination during permitting.
¬ Florida Gulf Coast University, South Entrance Road and Recreation Facility, Lee County
- State and Federal environmental resource permitting, pre-construction surveys, listed
species surveys, gopher tortoise FWC permitting and relocations, Florida bonneted bat
surveys, mitigation monitoring, water level monitoring, eastern indigo snake surveys, permit
compliance services.
¬ City of Cape Coral Southwest 6&7 Utilities Expansion Project, Cape Coral - Performed
all environmental and threatened/endangered species permitting required for the Southwest
6&7 Utilities Extension Project. This project involved preparation of management plans to
allow work within five different bald eagle nest management zones, relocating gopher
JOHN CURTIS, CSE
Certified Senior Ecologist
jcurtis@johnsoneng.com
239.461.2462
JEI Years Experience
27 years
Education/Certifications
B.A. Biology (1994),
Rollins College
Certified Senior Ecologist,
Ecological Society of America
FAA Qualified Airport Wildlife
Biologist (FAA A/C 150-5200-36A)
Crested Caracara Qualified
Observer, USFWS
Florida Bonneted Bat Qualified
Acoustic/Roost Surveyor, USFWS
Authorized Gopher Tortoise
Agent, FWC (GTA-09-00137)
Burrowing Owl Registered Agent,
FWC (RAG-18-00073)
Florida Forest Service
S-130 & S-190 Training
Professional Affiliations
Florida Association of
Environmental Professionals
(Past Treasurer)
Ecological Society of America
Estero Bay Agency on Bay
Management
Page 3053 of 6355
tortoises, securing a Migratory Bird Nest Removal Permit for burrowing owls, bald eagle monitoring, and state/federal wetland
permitting to allow for multiple aerial utility crossings.
¬ Peace River Manasota Regional Water Supply Authority, Desoto County - Conducted wetland and habitat mapping, benthic
survey, listed species survey and state and federal environmental resource permitting.
¬ Powell Creek Preserve Filter Marsh, Lee County - Performed wetland delineation, protected species surveys, gopher tortoise
relocation, mitigation design, and permitting for public park facility and water quality treatment marsh project.
¬ SR80, from CR833 to US27, Hendry County, FDOT D1 - Served as lead ecologist for the PD&E Re-Evaluation. Prepared the
Wetland Evaluation Report and Endangered Species Biological Assessment Report; Conducted multi-year crested caracara
surveys per USFWS guidelines, protected species surveys, environmental permitting with USACOE and FDEP, preparation of
the biological assessment and biological opinion, USFWS coordination.
¬ Biscayne Trail, Segment D, Miami Dade County - Conducted habitat mapping, wetland delineations, and
threatened/endangered species assessment. Assisted with preparation of the environmental permitting overview and Natural
Resource Field Survey Report.in support of this Florida Department of Transportation (FDOT) SUN Trail Program.
Relevant Certifications/Credentials
¬ Florida Chamber of Commerce Environmental Permitting Summer School, Marco Island, Florida (July 2019)
¬ Kaleidoscope Pro In-depth Seminar for Bat Research, University of Florida, Gainesville, FL, Wildlife Acoustics (March 6, 2019)
¬ Florida Bonneted Bat Working Group, Naples Conservancy of Southwest Florida, Florida Fish and Wildlife Conservation
Commission (May 23-24, 2018)
¬ 2018 Conservation Lands Workshop, Charlotte Harbor National Estuary Preserve (March 2, 2018)
¬ 2016 Bird Strike North America Conference, Chicago, Illinois (August 8-11, 2016)
¬ Florida Bonneted Bat Working Group, Avon Park Bombing Range, Florida Fish and Wildlife Conservation Commission (May 24,
2016)
¬ FAA Approved Advanced Airport Wildlife Management Training, Tulsa International Airport, Loomacres Wildlife Management
(March 15-17, 2016)
¬ Florida Bonneted Bat Acoustic Workshop, Babcock Webb Wildlife Management Area, Florida Bat Conservancy & Dr. Bruce W.
Miller, (March 4-7, 2014)
¬ Cooperative Invasive Species Management Area (CISMA) 18th Annual Southwest Florida Invasive Species Workshop, Florida
Gulf Coast University (January 23, 2014)
¬ U.S. Department of Labor Mine Safety and Health Administration (MSHA 5000-23) New Miner Training, Polk State College
(April 27-28, 2013)
¬ Florida Department of Environmental Protection Training on Numeric Nutrient Criteria Implementation, Rapid Periphyton
Survey (RPS) and Linear Vegetation Survey (LVS) Methodologies, Blackwater Creek, (March 6, 2013)
¬ Stream Condition Index and Habitat Assessment Training, Hillsborough River State Park, Florida Department of Environmental
Protection (March 5, 2013)
¬ Conservation Lands Economic Value Cela Tega, Florida Gulf Coast University (November 2011)
¬ 2011 Bird Strike North America Conference, Niagara Falls, Ontario Canada (September 12-15, 2011)
¬ S-130/S-190 Wildland Firefighter Training & Basic Wildland Fire Behavior Certifications, Florida Forest Service CaFC (July 2011)
¬ L-180 Human Factors in the Wildland Fire Service, Florida Forest Service CaFC (July 2011)
¬ Charlotte Harbor Watershed Summit, Charlotte Harbor National Estuary Program (March 2011)
¬ Red Cockaded Woodpecker (RCW) Biology and Management in the Picayune Strand State Forest, Roy DeLotelle, M.S. (May
2010)
¬ Authorized Gopher Tortoise Agent [GTA-09-00137], Florida Fish and Wildlife Conservation Commission (FWC) (May 2009)
¬ Certified Ecologist, Ecological Society of America (ESA) (August 2008)
¬ Army Corps of Engineers Compensatory Mitigation Rule & Regulatory Program Update, Jacksonville District Chief David Hobbie
(September 2008)
¬ Leadership, Sustainability and the Triple Bottom Line, Annual Community Leadership Association Conference in Grand Rapids
Michigan - 2-day hands on workshop featuring keynote speakers and round table discussions with representative topics including
environmental sustainability and environmental ethics (May 2007)
¬ Project Management Bootcamp, PSMJ Resources Inc. (August 2006)
Page 3054 of 6355
Kevin joined Johnson Engineering in 2001 and has 32 years of surveying experience, including control,
boundary, topographic, route, hydrographic, construction, GPS, elevation certificates and mortgage
surveys. He has six years of field experience as a survey crew chief, three years as a survey technician
and has been licensed as a professional surveyor since 2003. Kevin serves as project manager on
hydrographic, boundary, design and construction projects.
Relevant Experience
¬ Green Meadows Wellfield Expansion, Lee County, FL - For this project, Kevin was
responsible for setting horizontal and vertical control. obtain topographic data for design,
prepare legal descriptions and sketches for proposed well sites, stake well sites for
construction, and as-built and catalog constructed well sites.
¬ Kitson & Partners, Babcock Ranch Community Phase IA, Town Square, and Phase 1B1
Surveys - Kevin led the surveying services to complete the platting of Babcock Ranch
Community Phase 1A & Town Square in 2012 and is currently in the process of platting
Babcock Ranch Community Phase 1B1. He has performed hydrographic surveys on several
of the lakes, prepared topographic surveys for design and quantity analysis, and construction
staking on the Earthsource Relocation Site and prepared tree surveys for permitting
applications.
¬ Clam Pass, Collier County, FL - Kevin was responsible for control survey, beach cross
sections, profile data and hydrographic mapping on four cuts flowing to the pass.
¬ Gasparilla Island Bride Authority Toll Bridge, Gasparilla Island, FL - Kevin was responsible
for control and mapping hydrographic data necessary in dredging and design analysis for the
construction of new bridges.
¬ Ding Darling, Sanibel, FL - Kevin was responsible for vertical control, obtaining cross
sections on drainage creeks and topographic data collection on approximately 230 acres
mangrove vegetated land for runoff and restoration studies.
¬ South Fork East CDD Amenity Center Expansion, Riverview, FL - Kevin was responsible
for the topographic and boundary survey data necessary to prepare concept alternatives
and site design for a community activity area and building expansion at this public facility
within the South Fork East Community Development District.
¬ U.S. Navy Turning Basin at Key West Bight, Key West, FL - Kevin played an instrumental
role in the hydrographic survey of an existing basin for design.
¬ United States Sugar Corporation, Hendry, Glades & Palm Beach County, FL - Kevin was
one of five professional Johnson Engineering employees in charge of control, title review and
boundary work associated with 80,000 acres of USSC property.
¬ Windham/Magnolia Landing, Lee County FL - Kevin was responsible for producing a 983-
acre boundary survey. Kevin is currently working on boundaries associated with future
planned development within existing boundary.
¬ Magnolia Landing Unit One, Lee County, FL - Kevin is the surveyor of record for the plat.
¬ Florida Power & Light, Alico/Orange River #3, Lee & Collier County, FL - Kevin was
responsible for the aerial control, record drawings for design, right of way survey,
construction staking of new transmission line and as-builts on new improvements.
:
KEVIN RISCASSI, PSM
Director of Survey &
Mapping
kriscassi@johnsoneng.com
239.461.2410
Years Experience
32 years
Licensing & Registration
Florida Professional Surveyor &
Mapper, License No. LS6433
License Acquired: 7/28/03
MOT Certification
Education/Training
B.A. Economics (1992),
Trinity College
Professional Affiliations
Florida Surveying and
Mapping Society
Page 3055 of 6355
Established over 57 years ago as C.E. Newman and Fred J. Grace, today Grace Hebert Curtis Architects
(GHC) continues to experience substantial growth in size and reputation. While the foundation of our
approach remains the same, flexibility in strategies has continued to drive success and allow the firm to
recognize opportunities along the way. We have discovered that although great service never gets old, it
takes dedication and finely tuned experience.
Our team has extensive experience assisting municipalities in the planning and design of their facilities.
GHC understands these types of projects are important because they provide a cornerstone for the
community’s sustained success. We are critical thinkers and creative problem solvers. We have experience
working hand-in-hand with municipalities to make the most out of their allotted project budget. Our
team has worked on various project types:
• Police Stations
• Fire Stations
• Emergency Operations Centers
• 911 Communication Centers
• Recreational Facilities
• Courthouses
• Council Chambers
• Community Theaters & Performing Arts
• Administration Buildings
• Warehouses
Over the years, we have provided clients with clear, understandable, and up-to-date information as their
projects progress. This key component of service has cemented our position as a regionally recognized
firm with a team of 400+ individuals across 17 office locations. Our framework is built on outstanding
reputation and legacy, making us a regional powerhouse with national-level capacity and expertise. We
offer in-depth knowledge of a broad range of market sectors, and we are actively anticipating and
adapting to lead the next generation of design and delivery.
In 2023, GHC acquired Bullock Tice Associates, Hahnfeld Hoffer Stanford, and BSSW Architects, joining
legacy firms with extensive experience in the architecture industry. In 2024, GHC acquired Hastings +
Chivetta and Orcutt Winslow, further strengthening our portfolio and enhancing our capabilities. GHC
continues to be led by CEO Jerry Hebert and its current managing teams and new partners.
Page 3056 of 6355
Relevant Project ExperienceResume
3
Moorings Park Grande Lake
Clubhouse
Naples, FL
Moorings Park Grande Lake
Residential Buildings
Naples, FL
Naples Beach Hotel and Golf
Club-Penthouse renovation
Naples, FL
Naples Design District Public
Parking Garage
Naples, FL
Saint William Church Admin &
Education Center
Naples, FL
Moorings Park Garden
Apartments-Elevators and
Emergency Generators upgrade
Naples, FL
Fleet Landing -Nocatee.
Retirement Community
Ponte Vedra, FL
Cypress Cove– Retirement Living
Residences and Amenities
Fort Myers, FL
Marco Island Fire and Rescue
Station 51
Marco Island, FL
Marco Island Rescue Station 50
& OAC
Marco Island, FL
Collier Automotive Museum
(Addition) Revs Institute
Naples, FL
Revs Institute—Library & Archive
Fort Myers, FL
Shell Point Retirement
Community-Master Plan
Fort Myers, FL
Immokalee Technical College
Immokalee, FL
Oscar Prieto AIA, NCARB
Associate, Architect
Oscar brings 16 years of comprehensive experience in design, construction, and
project management, with expertise spanning architecture, programming, urban
design, historic preservation, and space planning. Throughout his career, Oscar
has contributed to governmental, educational, resort/hospitality, museum, senior
living, luxury residential, and historic preservation projects. He is known for his
client-centered approach, ensuring that every project reflects the unique vision
and needs of its stakeholders. Oscar is highly proficient in Building Information
Modeling (BIM), graphic design, and photorealistic rendering, combining
technical expertise with creative vision to produce visually compelling and highly
functional project outcomes.
Professional Registration
Licensed Architect in FL
American Institute of Architects (AIA)
National Council of Architectural Registration Board (NCARB)
Firm
Grace Hebert Curtis Architects
Role
Associate, Architect
Education
Master, Architecture, University of
Camaguey, Cuba
Bachelor, Architecture, University
of Camaguey, Cuba
Page 3057 of 6355
Relevant Project ExperienceResume
4
Norberto Gazga Assoc. AIA
Designer
Norberto is a detail-oriented architectural designer with three years of experience
specializing in public sector projects, including educational and medical facilities.
He is recognized for his precision, attention to detail, and ability to deliver
thoughtful design solutions through an analytical approach across all project
phases. Passionate about creating human-centered, functional, and sustainable
spaces, Norberto’s work spans high schools, hospitals, and fire stations, with a
particular interest in complex institutional and healthcare architecture.
Professional Registration
American Institute of Architects, Associate Member (Assoc. AIA)
Firm
Grace Hebert Curtis Architects
Role
Designer
Education
Master, Architecture and
Community Design, University of
South Florida, 2019
Lee County Public Safety Annex
Fort Myers, FL
Cape Coral Fire Station #10
Cape Coral, FL
Vista Cay IL Tower at Shell Point
Fort Myers, FL
Cypress Lake Middle School
Rebuild
Fort Myers, FL
NNN High School
Lehigh Acres, FL
HealthPark Medical Center
Fort Myers, FL
South County Regional Library
Estero, FL
FSW Humanities Hall
Fort Myers, FL
Page 3058 of 6355
Smith Engineering Consultants, Inc. (SEC) is an electrical engineering firm with a niche for providing
professional services on civil engineering projects. Whether your project calls for new construction or the
renovation of aging facilities, our staff can provide planning and design services, cost estimates, and
construction phase services. We have built a deserved reputation for completing assignments in a cost-
effective and timely manner. You can count on SEC to provide the detailed plans and specifications
necessary for smooth construction, start-up, and operation.
Smith Engineering Consultants, Inc. is well qualified to perform any and all of the services that you might
require from our staff including: power generation; low (480V) and medium-voltage (5 kV) power
distribution systems; electrical power systems analysis including short-circuit coordination, arc-flash, and
power quality; fire alarm, security, HVAC controls, automation and instrumentation using SCADA and
HMI’s, indoor and outdoor lighting, LEED projects, etc. We specialize in municipal projects including
roadway lighting, water and wastewater treatment plants, pump stations, wells, and stormwater pump
stations.
We also have extensive experience in designing roadway and sports field lighting projects including:
electrical service and distribution design; conventional, decorative, and high mast lighting design
(including illumination calculations (photometrics)); baseball, softball, basketball, tennis soccer, and multi-
purpose fields.
We specialize in municipal projects and have worked for many government agencies throughout our
more than 20 years in business. We are also a certified small business in Palm Beach County, City of West
Palm Beach, and other agencies. We have numerous ongoing projects throughout the state of Florida and
pride ourselves in adhering to project budgets and timelines through the efficient management of our
staff while working on many projects simultaneously.
Our services include:
· Preparation of conceptual design documents such as one-line diagrams, overall electrical site plans,
control and instrumentation block diagrams, and conceptual performance specifications.
· Negotiation with the electric utility supplying power to the facility for acceptable contract terms and
power supply arrangements.
· Preparation of detailed design drawings and specifications providing for the procurement and
installation of all electrical and mechanical equipment and systems in a format compatible with civil
and structural plans and specification documents.
· Evaluation of construction bids.
· Review of shop drawings.
· Electrical construction management services including construction observation, as well as start-up
and testing assistance.
Page 3059 of 6355
Larry M. Smith, P.E.
Principal Electrical Engineer
West Palm Beach, Florida
(561) 616-3911 Ext 202 ☎
(561) 818-3600
Larry@SmithEngineeringConsultants.com ✉
Professional Profile
Larry has over 35 years of
experience as an electrical engineer
in the areas of electric utilities,
water and wastewater utilities, solid
waste, water control structures and
pump stations, airport electrical
systems, architectural projects,
telecommunications, roadway,
sports field, and specialty lighting.
He demonstrates skills in
engineering and design, project
management, client relations, and
staff administration.
Software Skills
AutoCAD, MicroStation AGI32 and
Microsoft Office
Education
BS - Electrical Engineering, Florida
Atlantic University, 1987
Post Graduate Research - Electrical
Engineering (Telecommunications),
Florida Atlantic University, 1987-
1988
Licenses/Certifications
Florida P.E. No. 45997
Awards
Florida Engineering Society,
Outstanding Service to the
Profession 2010-2011
Florida Engineering Society,
Engineer of the Year 2007 - 2008
Professional Societies
Florida Engineering Society, State
President 2017-2018
American Society of Civil Engineers,
Palm Beach Chapter
Years with SEC:
25
Years of Experience:
37
Percent Availability:
35%
Project Experience
City of West Palm Beach Water Treatment Plant Generator - Smith Engineering
Consultants designed the power, control, and instrumentation systems for a new 2,000
kW, 4,160 volt generator installation at the City's existing Water Treatment Plant. SEC
designed the electrical systems, including three new automatic transfer switches, for
the relocation of the existing 1,000 kW generator to the City's public works complex.
Control and Instrumentation systems were integrated with the existing paralleling
switchgear at the water treatment plant.
City of Miami Beach Stormwater Pump Stations– Electrical design for six (6) new
stormwater pump stations within the City of Miami Beach at 6th, 10th, and 14th
Streets. Each of these pump stations consisted of two (2), 60 horsepower, electric
motor operated pumps. A portable generator receptacle was designed to provide
backup power for full pumping capacity. Reduced-voltage motor starters were designed
to reduce the starting inrush current for the large electric motors.
Town of Palm Beach, D-9 & D-10 Stormwater Pump Stations– Electrical and
mechanical design for two (2) stormwater pump stations within the Town of Palm
Beach. These pump stations consisted of submersible, electric motor operated pumps.
A backup diesel generator was designed at each pump station to provide power for full
pumping capacity. Reduced-voltage motor starters were designed to reduce the starting
inrush current for the large electric motors. The electrical design included the main
electrical service and distribution, control, lighting, and instrumentation. The telemetry
system was designed to provide for automation, and remote control and status
monitoring, for the pump stations.
Town of Palm Beach, D-6 & D-7 Stormwater Pump Stations– Electrical and mechanical
design for two (2) stormwater pump stations within the Town of Palm Beach. These
pump stations consisted of submersible, electric motor operated pumps. A backup
diesel generator was designed at each pump station to provide power for full pumping
capacity. Reduced-voltage motor starters were designed to reduce the starting inrush
current for the large electric motors. The electrical design included the main electrical
service and distribution, control, lighting, and instrumentation. The telemetry system
was designed to provide for automation, and remote control and status monitoring, for
the pump stations.
Northern Palm Beach County Improvement District, PGA Central Pump Station:
Electrical and mechanical design for the refurbishment of an existing stormwater pump
station. This pump station consisted of three (3) diesel operated pumps that were
replaced with new electric motor operated pumps. A backup diesel generator was
designed to provide power for full pumping capacity. Reduced-voltage motor starters
were designed to reduce the starting inrush current for the large electric motors.
Mechanical design included the ventilation of the main electrical room, and plumbing.
The electrical design included the main electrical service and distribution, control,
lighting, and instrumentation. The telemetry system was designed in accordance with
District standards. Prior to design we evaluated the electrical and mechanical systems,
including alternatives for refurbishment, prepared cost estimates for the alternatives,
and assisted in the preparation of a written report for the District.
Page 3060 of 6355
Larry M. Smith, P.E.
Principal Electrical Engineer
West Palm Beach, Florida
(561) 616-3911 Ext 202 ☎
(561) 818-3600
Larry@SmithEngineeringConsultants.com ✉
Project Experience
City of West Palm Beach Lift Station SCADA Upgrade - Smith Engineering Consultants designed the replacement of
the City’s existing base station and RTU’s that serve over 100 lift stations throughout the City of West Palm Beach.
The existing SCADA system was comprised of several different types of RTU’s along with proprietary base station
software that was not able to accommodate RTU’s with an open communications protocol. Therefore SEC specified
a new base station, including both system hardware and software, to allow different types of RTU’s to be installed
in the field that previously would not have been able to communicate with the base station. We also specified the
new RTU’s to replace those RTU’s at the lift stations that were aging and in need of replacement. This new SCADA
system provided the necessary flexibility that helped the City to save operating and maintenance costs by allowing
for non-proprietary, lower cost RTU’s to be installed throughout their service territory.
City of West Palm Beach Flagler Drive Wastewater Pump Stations - This award winning project included the
replacement of a wastewater force main pipeline, and the rehabilitation of two (2) existing pump stations. Pump
Station No. 3’s submersible pumps were replaced to meet the new flow and head requirements. Control panel
upgrades were designed to accommodate the parameters of the new submersible pump motors. At Pump Station
No. 5, a new electrical service (including a City-owned step-up transformer) was designed to handle the additional
electrical load of the station. A replacement of the three (3) existing VFD’s was accomplished within the existing
motor control center. Provisions to connect a portable generator through a manual transfer switch were also
provided.
City of West Palm Beach Lift Station Improvements and Rehabilitation (LS Nos.: 4, 7, 44, 52, 75, 74, and 153) - This
project consisted of the rehabilitation of several existing lift stations and included electrical design, including power,
controls, instrumentation and telemetry/SCADA for the installation of new pump control panels and remote
telemetry units (RTU’s), throughout the City of West Palm Beach’s service area.
Lilac Street and Military Trail Intersection, Palm Beach County, Florida - Electrical engineer of record for the design
and construction management of a new signalized intersection for Palm Beach Gardens High School. New mast arm
signal poles were designed along with their associated electrical services. Larry prepared signal timing diagrams
through the application and interpretation of traffic flow and signal timing models. These were included within the
signal plans on the plan sheets and signed & sealed accordingly.
Clematis Streetscape Lighting 100, 200, 400 & 500 Blocks, City of West Palm Beach, Florida - Electrical engineer of
record for the design of the ongoing design-build streetscape project. Responsible for design of electrical systems,
including new decorative lighting poles and fixtures, along Clematis Street and Narcissus Ave. The electrical systems
include new electrical service and power for vendor receptacles and photoelectric controlled street lights. Plans also
include tree up-lighting and power receptacles for holiday lights. Calculations for the roadway illumination were
made in accordance with city requirements, and light pole details prepared to match the existing decorative lighting
on recently constructed 300 Block project.
City of West Palm Beach Fern Street Lighting - Smith Engineering Consultants, Inc. designed the electrical systems,
including new decorative lighting poles and fixtures, for the sidewalks along Fern Street between Tamarind Avenue
and South Olive Avenue. The electrical systems included a new electrical service and power distribution for
photoelectric controlled street lights. Calculations for the roadway illumination were made in accordance with city
requirements, and light pole details prepared for the selected decorative lighting.
Page 3061 of 6355
Velocity Engineering Services is a locally owned and operated engineering consulting firm based in
Southwest Florida, offering expertise in geotechnical and environmental engineering, facilities consulting,
and building sciences. Founded in 2013, Velocity Engineering Services has built a reputation for delivering
tailored solutions for projects across industries, including residential, commercial, and industrial
developments. Notable projects include work on facilities like the Topgolf, Gulfshore Playhouse and The
Edison Mall.
Their firm’s services include inspections, geotechnical evaluations, construction consulting, SIRS, Turnover
Studies and environmental assessments. Velocity Engineering Services prides itself on its personalized
approach, extensive industry knowledge, and dedication to supporting clients in achieving their project
goals. Velocity Engineering Services works with architects, engineers, property managers, and
homeowners associations to provide effective, results-driven solutions.
Page 3062 of 6355
Professional Resume of:
Christopher J. Pacitto, P.E.
Mr. Pacitto began his professional career in sales, financing & repair of automobiles while in
high school and college. After graduating college in 1998 he moved to southwest Florida
where he has been practicing engineering ever since. During this time, Mr. Pacitto advanced
quickly through the ranks of two engineering companies before founding Velocity Engineering
Services, LLC in 2013.
Mr. Pacitto is recognized as an expert in a variety of engineering disciplines and is a Licensed
Professional Engineer in 5 states. His experience includes geotechnical & environmental
engineering, association services, facilities consulting, building inspections, and materials
testing. During his career, he has worked on engineering projects throughout Florida and the southeastern
United States as well as in the Caribbean. His projects have included residential communities, commercial
facilities, multi-story condominiums, hotels, roadway and infrastructure projects, industrial facilities, educational
facilities, hospitals, sports stadiums, government facilities, airports, and marine ports.
LICENSES & AWARDS
➢ Licensed Professional Engineer in Florida, Louisiana, Mississippi, Alabama & Texas
➢ Licensed Special Inspector in Florida
➢ Licensed Water Well Contractor in Florida
➢ American Concrete Institute (ACI) Concrete Construction Special Inspector (2022)
➢ Post-Tensioning Institute (PTI) Level 2 Unbonded PT Inspector (2022)
➢ Post-Tensioning Institute (PTI) Level 1 Unbonded PT Repair (2023)
➢ International Code Council (ICC) Soils Special Inspector (2022)
➢ International Code Council (ICC) Structural Masonry Special Inspector (2022)
➢ International Code Council (ICC) Structural Steel and Bolting Special Inspector (2022)
➢ 2011 “40 Under 40” Award Winner – Gulf Coast Business Review
PROFESSIONAL EXPERIENCE
2013 - Present: Velocity Engineering Services, LLC, Fort Myers, FL – Owner & President
2004 – 2013: GFA International, Inc., Fort Myers, FL – Vice President & Branch Manager
1998 – 2004: ASC geosciences, Inc., Fort Myers, FL - Project Manager
1990 – 1998: Park Auto Sales, Norton, MA – Sales, Financing & Mechanic
EDUCATION
Bachelor of Science in Civil Engineering, Worcester Polytechnic Institute, Worcester, MA, 1998
PUBLICATIONS
Designed, Dynamically Load Tested and Installed Pile Foundation in Southwest Florida – A Case History by
Christopher J. Pacitto, E.I., Hiram F. Murati, P.E., and Dhirendra S. Saxena, P.E. was included in the
proceedings of the Ninth International Conference on Piling and Deep Foundations in Nice France, June 3rd
through 5th, 2002.
Page 3063 of 6355
Professional Resume of Christopher J. Pacitto, P.E.
PROFESSIONAL ASSOCIATIONS
➢ American Concrete Institute (ACI), Florida Gulf Chapter – Officer & Director, 2001-2012
➢ American Society of Civil Engineers (ASCE), SWFL Branch – Officer, 2012-2017
➢ Real Estate Investment Society (REIS) of Southwest Florida – Director, 2016-2017
➢ Florida Engineering Society (FES)
➢ Construction Specifications Institute (CSI)
➢ Member of Community Owners & Managers Association (COMA)
➢ Community Associations Institute (CAI)
REPRESENTATIVE PAST PROJECT EXPERIENCE
➢ Knauf Drywall Remediation – Remediation of over 6000 homes affected by Chinese drywall in Florida,
Texas, Louisiana, Mississippi, & Alabama.
➢ Golisano Children’s Hospital at Health Park, Fort Myers, Florida – Geotechnical engineering services for
the new 8-story Children’s Hospital addition. Building materials evaluation.
➢ Jet Blue Park (Red Sox Spring Training Facility), Fort Myers, Florida – Threshold building inspection
services.
➢ Midfield Terminal Project, Southwest Florida International Airport, Fort Myers, Florida – Geotechnical
engineering services during Phase I of design. Materials testing and inspection services during
construction of the terminal building and parking garage. Materials testing services during taxiway
expansion.
➢ Runway 9R-27L Reconstruction, Hartsfield Atlanta International Airport, Atlanta, Georgia – Performed
materials testing during runway reconstruction. Project completed in just 34 days!
➢ Florida Gulf Coast University, Fort Myers, Florida – Geotechnical engineering services, building inspection,
and materials testing services for numerous projects including: Marieb Hall (College of Nursing), Lutgert
Hall (College of Business), Holmes Hall (College of Engineering), South Village Student Housing, Parking
Garage #4, and Parking Garage B.
➢ Coconut Point Honda, Estero, Florida – Geotechnical engineering.
➢ Cracker Cove, Bonita Springs, Florida – Designed and oversaw the renovation of an existing residential
community. Work included drainage repairs, paver installation, and asphalt paving.
➢ Holiday Inn – Seven Mile Beach, Grand Cayman Island – Geotechnical engineering, PDA testing, and pile
driving monitoring of steel pipe piles.
➢ Tallahassee Community Hospital, Tallahassee, Florida – Geotechnical engineering, augered cast-in-place
pile installation monitoring, and pile load testing.
➢ Lakeland Regional Medical Center Expansion, Lakeland, Florida – Geotechnical engineering, PDA testing,
and pile driving monitoring of steel H-piles.
Page 3064 of 6355
Professional Resume of Christopher J. Pacitto, P.E.
➢ Park Royal Hospital, Fort Myers, Florida – Vibroreplacement ground-improvement monitoring and testing,
materials testing, and threshold inspection services.
➢ Vasari Country Club, Bonita Springs, Florida – Developer turnover inspection.
➢ Magnolia Landing, North Fort Myers, Florida – Developer turnover inspection.
➢ Private Sky Aviation at Southwest Florida International Airport, Fort Myers, Florida – Blasting vibrations
consulting and property condition inspections.
➢ Crown Colony, Fort Myers, Florida – Blasting vibrations consulting & 129 property condition inspections.
➢ Clark Site Project, Pensacola, Florida – Forensic investigation of construction vibration damage.
➢ Lover’s Key Resort, Lover’s Key, Florida – Geotechnical engineering, augered cast-in-place pile installation
inspection & load testing, post-tensioning, and materials testing for a 14 story resort tower.
➢ Seawatch Condominium, Naples, Florida – Concrete Restoration of 8 story post-tensioned concrete
condominium.
➢ Silver Hills, Fort Myers, Florida – Geotechnical engineering and vibroreplacement ground-improvement
monitoring for 5 story apartment buildings.
➢ Top Golf, Fort Myers, Florida – Geotechnical engineering and soils inspection for 2 story entertainment
facility.
➢ Gulfshore Playhouse, Naples, Florida – Geotechnical engineering for 40,000 square foot, 500 seat theater.
➢ My Shower Door / D3 Glass Headquarters, Fort Myers, Florida – Geotechnical engineering for 60,000
square foot industrial facility.
Page 3065 of 6355
Professional Resume of:
Anthony M. DePonto, P.E.
Mr. DePonto was born into and raised in the construction industry of Southwest Florida. Growing
up he held numerous jobs throughout many aspects of construction including painting, drywall,
flooring, asphalt, and concrete. Following high school, he attended Florida State University where
he graduated with a bachelor’s degree in Civil Engineering. Mr. DePonto moved back to
Southwest Florida to begin his engineering career with Velocity Engineering Services, LLC. He
has gained substantial experience in the fields of geotechnical engineering, facilities consulting,
concrete restoration, pavements, roofing, forensic evaluation, and building sciences. Mr.
DePonto is now a Vice President at Velocity and an integral part of the company’s continued
growth and success.
LICENSES & CERTIFICATIONS
Florida Licensed Professional Engineer – License No. 86468
PTI Level 1 Unbonded Post-Tension Installation Inspector Certification
PTI Level 1 Post-Tension Rehabilitation & Repair Certification
PROFESSIONAL EXPERIENCE
2014 - Present: Velocity Engineering Services, LLC, Fort Myers, FL
2012 – 2014: Christopher DePonto Painting, Inc., Fort Myers, FL
2012 – 2014: All American Sealcoating & Paving, Inc., Fort Myers, FL
2005 – 2011: Hopping Green & Sams, P.A., Tallahassee, FL
EDUCATION
Bachelor of Science in Civil Engineering, Florida State University, Tallahassee, FL, 2012
High School Diploma, North Fort Myers High School, North Fort Myers, FL
REPRESENTATIVE PAST PROJECT EXPERIENCE
10-mile Canal Trunk Main, Fort Myers, Florida – Geotechnical engineering services including
installing approximately 2 miles of trunk main and several new sewer lift stations
Pinewoods Water Treatment Plant Pump Station, Lee County, Florida – Geotechnical design
and consulting for plant improvements
City of Naples Fire Rescue Station #1 - Geotechnical engineering services for the construction
of a new 2-story fire house
Gulfshore Playhouse, Naples, Florida – Geotechnical engineering services and ground
improvement monitoring during construction
Gulfshore Playhouse Parking Garage, Naples, Florida – Geotechnical and environmental
engineering services, and ground improvement monitoring during construction
Community School of Naples – Geotechnical engineering services for the construction of a
new S.T.E.M. Building and football stadium
Kraft Office Center, Naples Florida - Geotechnical engineering services and ground
improvement monitoring during construction
Lehigh Acres Park Expansion and LeeTran Park and Ride, Lehigh Acres, Florida –
Geotechnical engineering services for the design and construction of new facilities
City of Fort Myers Transportation East Facility, Fort Myers, Florida – Geotechnical engineering
services for the construction of new transportation and storage facilities and parking areas
Page 3066 of 6355
Professional Resume of:
Felipe Compean, P.E.
Mr. Compean graduated from Florida Gulf Coast University with a bachelor’s degree in civil engineering.
During his final year of college, he interned with Velocity Engineering Services and later joined the
company full-time after graduation. Throughout his early career, he gained valuable experience in
geotechnical engineering, pavement resurfacing, roofing, and various community association services.
Currently, he serves as the Geotechnical Department Manager at Velocity Engineering Services, where he
oversees project scheduling, manages crews and subcontractors, and reviews engineering analyses
tailored to a variety of geotechnical projects
EDUCATION
Bachelor of Science in Civil Engineering, Florida Gulf Coast University, Ft. Myers, FL, 2016
PROFESSIONAL LICENSE
Professional Engineer – License No. 94531
PROFESSIONAL EXPERIENCE
2016 – Present: Velocity Engineering Services, LLC, Fort Myers – Geotechnical Department
Manager
PAST GEOTECHNICAL PROJECT EXPERIENCE
Victory Park Residential and Commercial Development, Cape Coral, FL. Project experience
includes coordinating access for geotechnical testing for the proposed 140-acre development and
providing foundation recommendations for building and pavement, lake excavations, and entry
monument design.
Legacy Harbor Marina, Downtown Fort Myers, FL. Project experience includes planning and
coordinating sub-contractors to successfully complete barge (offshore) soil testing and oversee
engineering analysis and providing deep foundation recommendations that will assist with the
rebuild of the docks.
Waterside Inn, Sanibel, FL. Project experience includes verifying flood zone requirements,
coordinating access and overseeing geotechnical testing to allow for a deep foundation analysis
to support the 4-story hotel structure on either concrete pre-cast pilings or an auger-cast-in-place
foundation system.
Imperial Bonita Plaza Assisted Living Facility, Bonita Springs, FL. Project experience includes
reviewing plans and monitoring a ground improvement method (vibro-replacement) that would
allow the structure to be supported on a shallow foundation and managing post verification soil
testing to ensure ground improvement was successfully completed.
City of Naples Well Sites 425, 426 and 408, Naples FL. Project experience includes coordinating
access, overseeing geotechnical testing at the site to assist with the pipeline installation and the
construction of multiple well houses, and providing guidance during the excavation and
construction of the building pad foe well house 408.
Page 3067 of 6355
TAB 2
CERTIFIED MINORITY
BUSINESS ENTERPRISE
Page 3068 of 6355
CERTIFIED (MBE) MINORITY BUSINESS ENTERPRISE STATUS
LJA Engineering, Inc. is not a Certified Minority Business Enterprise (MBE).
While LJA is not a certified minority business enterprise. With the majority of our North Naples office staff
residing in Collier County, we are a good representation of the local community and can identify with it's
needs. LJA's staff is comprised of individuals with diverse backgrounds. One noteworthy asset is LJA’s
gender diversity, with females making up 31% of our Naples office professional staff. This makes us well-
equipped to understand the needs of our clients and the community.
Page 3069 of 6355
TAB 3
PAST PERFORMANCE
Page 3070 of 6355
EXPERIENCE OF THE FIRM
We are well prepared for a timely response to your requirements and hold all required credentials to serve. Our
expertise lies in providing timely responses and being proactive in our assignment approach to best help Collier
County succeed. Combined with our background knowledge of southwest Florida and our experience providing
engineering services, we are confident that we will provide the best possible partner to Collier County. Our diverse and
in-depth experience will ensure a successful outcome. LJA Engineering, Inc. recognizes the right Collier County has to
evaluate our firm based on previous experience with the County.
The LJA Team is comprised of experienced professionals with a thorough understanding of planning, permitting,
acquisition, engineering, surveying, and staff augmentation. Over the past 40+ years many key personnel of our team
have been involved in either providing engineering services to a variety of clients or working directly with southwest
Florida entities delivering quality projects and services. Our team members highlight our expertise and ability to
respond to the needs of the client and provide them with the best possible partner under this contract. LJA has
significant and timely experience with all aspects of state and local regulations. We have demonstrated
permitting experience with local municipalities including the City of Naples, Lee County, City of Bonita Springs, City of
Marco Island, Town of Fort Myers Beach and others. We also serve as the District Engineer for numerous community
development districts and stewardships. We are proficient in all applicable South Florida Water Management District
(SFWMD), Florida Department of Transportation (FDOT) and Florida Department of Environmental Protection (FDEP)
regulations. Serving primarily the Southwest Florida area, we have had the experience navigating projects to
harmonize with Federal, State, and Local regulations.
PLEASE NOTE: Effective March 1, 2024, our team at Agnoli, Barber & Brundage, Inc. has joined LJA Engineering,
Inc. The work from March 1, 2024, onward will all be performed by the same employees you are used to working
with at ABB, we are just now employees of LJA. These relevant projects listed below were completed by the same
Agnoli, Barber, & Brundage, Inc. personnel prior to the merger with LJA Engineering, Inc. The merger gives our team
extensive backup support and a network of skilled professionals throughout the State and Country.
Page 3071 of 6355
CITY OF NAPLES WELLS 408 AND 426
NAPLES, FL
The City of Naples engaged ABB to design and permit the lower Tamiami
Aquifer Well 426 and replacement of Well 408:
· Well 426: The design included a new well, new well house building,
various appurtenances, and approximately 1,400LF of 12in raw water
main. The well will connect to existing Well site 425.
· Well 408: The design included a design for the replacement of the
existing Well 408, a new well house building, various appurtenances,
and connection to the existing raw watermain.
ABB provided boundary and topographic surveying; research of existing
record drawings; design and construction plan set; subconsultant
coordination for electrical, architectural, structural, mechanical,
geotechnical, and hydrogeology; preparation of technical specifications; SFWMD, FDEP and County
permitting; bidding and construction services.
CONTACT INFORMATION:
City of Naples
Michelle Baines, P.E.
(239) 213-4713
380 Riverside Circle
Naples, FL 34102
mbaines@naplesgov.com
DURATION:
Ongoing
COST:
$344,708
Page 3072 of 6355
COLLIER COUNTY NRO WELLS 10 & 11 IMPROVEMENTS
COLLIER COUNTY, FL
Water Science Associates was hired by Collier County to reconfigure
Wells 10 and 11 from vaults to above-ground on slabs. If these slabs are
to be elevated to a level equal to the proposed road, retaining walls may
be needed. We understand that Collier County Public Utilities
Department (CCPUD) desires to replace the existing wellhead equipment
currently located in well vaults 10 & 11. Relocation of control panels and
site-specific electrical equipment is included in the scope of work. CCPUD
has indicated that existing equipment is in good condition and therefore
design scope excludes new electrical equipment design as well as
upgrades to the electrical service. Only relocation of existing equipment is
included in the scope of design.
ABB’s services included GPS survey of well sites and surrounding areas;
researching materials; design of well head replacements; preparation of
technical specifications; subconsultant coordination; preparation of bid
documents and services during bidding and construction; construction
closeout.
CONTACT INFORMATION:
Alicia Abbott E.I., PMP
Collier County Government
Public Utilities Engineering &
Project Management
Alicia.Abbott@colliercountyfl.gov
(239) 252-5344
Liz Gosselin
Stormwater
Management Section
239-252-5867
Liz.Gosselin@colliercountyfl.gov
DURATION:
Ongoing
COST:
$102,333
Page 3073 of 6355
COLLIER COUNTY WELL 38
COLLIER COUNTY, FL
LJA (formerly ABB) was an integral part of the team in the design,
permitting and construction of Collier county Well 38. The project was
managed by CDM, while ABB was responsible for the Surveying and
permitting of the project. The permit obtained was an SDPI through
community development. The project design came in at budget.
CONTACT INFORMATION:
Alicia Abbott E.I., PMP
Collier County Government
Public Utilities Engineering &
Project Management
Alicia.Abbott@colliercountyfl.gov
(239) 252-5344
DURATION:
Complete
COST:
$20,000
Page 3074 of 6355
COLLIER COUNTY WELL 39
COLLIER COUNTY, FL
Collier County Well 39 was an addition to the Lower Tamiami Aquifer in
the Golden Gate Wellfield. LJA (formerly ABB) lead as the project
manager for this project. We were responsible for the surveying,
permitting, site design, above ground piping, bid documents, bidding
assistance and construction administration. We were also responsible
for a team of sub-consultants ranging from designers of the down well/
pumping system, electrical system and structural engineering. In
addition to the Well design 1,800 LF of 18" PVC DR-18 transmission
main was also design and installed to connect to the existing
transmission pipe connecting to the water treatment plant. The project
was successful and came was within budget.
CONTACT INFORMATION:
Thomas A Sivert, P.E.
Engineering and Project
Management Division
Collier County Public Utilities
Office 239-252-5376
Cell 239-821-8876
Tom.Sivert@colliercountyfl.gov
DURATION:
Complete
COST:
$135,000
Page 3075 of 6355
COLLIER COUNTY WELL 40
COLLIER COUNTY, FL
Collier County Well 40 was an addition to the Lower Tamiami Aquifer in
the Golden Gate Wellfield. LJA (formerly ABB) lead as the project
manager for this project. We were responsible for the surveying,
permitting, site design, above ground piping, bid documents, bidding
assistance and construction administration. We were also responsible
for a team of sub-consultants ranging from designers of the down well/
pumping system, electrical system and structural engineering. In
addition to the well design, 1,400 LF of 16" PVC DR-18 transmission
main was also designed and installed to connect to the existing
transmission pipe connecting to the water treatment plant. The project
was successful and came within budget.
CONTACT INFORMATION:
Thomas A Sivert, P.E.
Engineering and Project
Management Division
Collier County Public Utilities
Office 239-252-5376
Cell 239-821-8876
Tom.Sivert@colliercountyfl.gov
DURATION:
Complete
COST:
$185,000
Page 3076 of 6355
STOCK ISLAND REVERSE OSMOSIS WATER
TREATMENT PLANT DESIGN AND PERMITTING
FLORIDA KEYS AQUEDUCT AUTHORITY (FKAA)
Challenge:
FKAA needed a hydrogeologic consultant for its new production wells WS-3, WS-4, WS-5 and WS-6 at the
Stock Island Reverse Osmosis WTP in Key West Florida. The work involved design, testing and
construction services on an expedited schedule (over a period of approximately three months). The
purpose of the wells was to supply 15 mgd raw water to FKAA’s upgraded SIRO WTP.
Solution:
Our staff provided technical design and construction specifications and provided onsite supervision
during all phases of the well drilling and testing by
a qualified well drilling contractor hired by FKAA.
Apex worked with the FKAA staff to understand
their needs for the project and came up with a
design that meets regulatory requirements and
the FKAA’s needs.
The production wells were cased to about 30 feet
with open hole extending to about 60 feet below
land surface. Additionally, a drainage well was
installed to disposed product groundwater. Work
elements included field oversight, water quality
and yield testing, and geophysical logging and
interpretation. Each well was capable of producing
2,500 gpm. The combined 24 hours of airlifting
and high-rate pumping development successfully
accomplished removal of loose solids from the
boreholes as demonstrated by testing for sand
content silt density index and turbidity during the
final hours of pump development. All the wells
demonstrated negligible sand content, less than
3 SDI, and turbidity levels of less than 1 NTU at
the completion of development.
Results:
FKAA was able to meet all their raw water
requirements with the four high-producing wells
as per our design.
KEY STAFF:
Kirk Martin, Technical Director
Rahul John, Project Manager
Andy McThenia, Field Supervisor
DURATION:
2020
CONTRACT VALUE:
$113,000
Page 3077 of 6355
MARCO ISLAND WELL REHABILITATION—RO-17 AND
RO-18
CITY OF MARCO ISLAND, FL
Challenge:
The City of Marco Island needed to increase the capacity of two of their production wells in a short period
of time to increase the overall capacity of their wellfield.
Solution:
Apex reviewed the records of pumping, drawdown, and water quality for the brackish raw water supply
wells and determined Wells RO-17 and RO-18 would improve with hydrochloric acid treatment and
development.
Our design for a testing and treatment program was adopted by the city and a qualified water well
contractor was awarded the project to conduct the treatment. The two wells were treated using different
methods and dilution strengths for the acid injection. The first well, RO-17, was treated with 1,000 gallons
of 32 percent HCl mixed in line with about 360,000 gallons of raw water and injected at a rate of 50
gallons per minute over a period of five days. The second well, RO-18, was treated with 2,500 gallons of
32 percent HCl mixed with 24,000 gallons of raw water and injected at a rate of about 200 gpm over a
period of about two hours. The treatment of RO-17 using a high volume of relatively weaker strength acid
injected over a longer time period resulted in a 400 percent improvement in specific capacity. In contrast,
the treatment of RO-18 using a lower volume of more concentrated acid injected over a relatively shorter
period of time resulted in a specific capacity improvement of 160 percent.
Based on the results of this initial testing program, the overall capacity improvement of the two wells
improved by 280 percent. The treatment process included not only chemical acidification but also a
vigorous program of airlifting and high-rate pump development. The
repeated airlift surging followed by alternating pumping and recovery at
rates two to three times the maximum normal operational rates was
highly successful in removal of dissolved and suspended solids which
increased the effective porosity of the limestone units of the Hawthorn
Group Arcadia Member which comprise the Middle Hawthorn Aquifer in
the city’s brackish RO wellfield. Since the treatment of the first two wells,
the city has implemented a high-volume, low-strength, slow injection
method for treatment of four additional City RO supply wells, RO-13, RO
-14, RO-16, and RO-19. The improvement in capacity of the four
treatments conducted in 2021 and 2023 has ranged from 230 percent to
620 percent with an average improvement of 415 percent.
Results:
These wells had previously experienced pump cavitation and loss of
production due to excessive drawdown. The improvements reduced the
drawdown in RO-17 by about 100 feet for RO-17 and by 70 feet for RO-
18 at the design pumping rate of 350 gpm. After treatment, the city
achieved significantly higher production at lower pumping costs.
KEY STAFF:
Kirk Martin, Technical Director
Andrew McThenia, Project Manager/Lead Hydrogeologist
DURATION:
2019-2023
CONTRACT VALUE:
$207,000
Page 3078 of 6355
ADVANCED WASTEWATER TREATMENT PLAN DEEP
INJECTION WELLS
CITY OF FORT MYERS, FL
Challenge:
The City of Fort Myers is implementing the design and construction of Class I disposal wells under the
FDEP UIC program to meet their discharge requirements by 2029. The City’s goal is to meet consent order
requirements to eliminate 85 percent of Caloosahatchee River outfalls to the South Advanced Wastewater
Treatment Facility (SAWWTP) by 2025 and 99 percent outflows to the Central Advanced Wastewater
Treatment Facility (CAWWTP) by 99 percent before December 31, 2028. Additionally, the City is planning
and constructing a series of new raw brackish water source wells to supplement their existing wellfield,
ensuring adequate water supply to meet projected demands by 2025 and 2030. These efforts
demonstrate the City’s commitment to sustainable water management and environmental protection.
Both wastewater facilities will rely on deep injection wells targeting the Boulder Zone of the Eocene
Oldsmar Formation to dispose of excess reclaimed water. Based on two evaluations of alternative
solutions, the City has planned to construct and place into service at least one deep injection well at the
CAWWTP and the SAWWTP by end of 2025 with an anticipated capacity of 40 MGD per injection well. A
second deep injection well is to be constructed and placed in service at the CAWWTP and the SAWWTP
by end of 2028 with additional redundant capacity of 40 MGD.
Solution:
Apex staff were strategically assembled and dedicated to meet all needs of this project for design,
permitting, professional construction oversight, and operational approvals for the proposed Class I
injection wells at the City’s AWWTP’s in operation at the completion of the project. Our staff offered
unsurpassed local hydrogeologic expertise as well as local engineers with intimate knowledge of the City’s
plants, proposed designs, and requirements.
Apex’s scope of work for deep injection wells and above-ground
controls will include design, permitting, and construction oversight.
Currently, the project tasks include project management, preparation
of the preliminary design report, drawings, and specifications, all
permitting including FDEP permitting services, pre-construction and
bid support services, construction phase services, FDEP deep injection
well report services, deep injection well commissioning services, and
other additional related services to be determined during negotiation
of the final scope.
Results:
Apex completed the 100 percent design and technical specifications
for the deep injection wells and focused on expediting FDEP’s
permitting. The final permit from UIC has been issued. Well
construction commenced in June of 2024. Robust flow and capacity
analysis eliminated two IWs for $30M cost savings to the client.
KEY STAFF:
Kirk Martin, Technical Director
Rahul John, Senior Project Manager
Andy McThenia, Lead Hydrogeologist
DURATION:
2023-2028
CONTRACT VALUE:
$6.8M
Page 3079 of 6355
GREEN MEADOW WELLFIELD EXPANSION
LEE COUNTY, FL
Challenge:
Lee County needed a consultant to perform the design and permitting of a 5 MGD expansion project into
the Upper Floridan aquifer at its Green Meadows wellfield.
Solution:
Surrounding wetlands and other environmentally sensitive areas required special consideration and
coordination with regulatory agencies as part of the ERP permitting process. Johnson Engineering
conducted an extensive survey and inventory of the existing facilities and water lines as a precursor to the
development of an InfoWater hydraulic pressure pipe model of the current wellfield hydraulics evaluated
within an ArcGIS platform. This investigation included specific capacity testing of the existing production
wells and development of pressure hydrographs at selected locations along the pipeline. We used these
data and hydraulic simulations to optimize pipeline design and configuration, along with pump sizing
based on predicted groundwater levels. Additionally, the hydraulic modeling guided recommendations
for improvements to the wells and transmission main system, such as isolation of the various groundwater
sources to improve the ability to bypass blend higher quality water and reduce water treatment plant
operating costs. Johnson Engineering also performed groundwater modeling of the shallower aquifer
systems that the Green Meadows wellfield presently uses for raw water supply in order to assess the
feasibility of developing additional production from these sources.
Results:
Johnson Engineering performed the design and permitting of a 5 MGD expansion project into the Upper
Floridan aquifer at its Green Meadows wellfield. In addition to Upper Floridan aquifer production wells,
the team was responsible for designing and permitting a pervious wellfield access road, and 25,500 linear
feet of raw water main.
KEY STAFF:
Erik Howard, PE, PSM, Civil Engineer
Kevin Riscassi, PSM, Survey
John Curtis, Environmental
DURATION:
2010-2016
CONTRACT VALUE:
$2.6M
Page 3080 of 6355
Page 3081 of 6355
Page 3082 of 6355
Page 3083 of 6355
Page 3084 of 6355
Page 3085 of 6355
Page 3086 of 6355
Page 3087 of 6355
Page 3088 of 6355
TAB 4
PROJECT APPROACH,
WILLINGNESS TO MEET TIME
AND BUDGET REQUIREMENTS
Page 3089 of 6355
APPROACH—SERVICES
The Golden Gate Tamiami Wellfield expansion project will require a wide range of services. We have assembled a
respected team that is organized to efficiently and competently, complete the design, permitting, and facilitate the
construction aspects of this multi-well project. Below is a description of how our team’s resources will facilitate in the
tasks required for a successful project. The most important aspect in the beginning of any project is to first
understand the base existing conditions. The LJA team is unique in having local knowledge and firsthand experience
at previously constructed wells. The team is also knowledgeable of site design intricacies and permit requirements.
Proven Project Team & Key Resources
Kellie Fissinger, P.E., will serve as the Team Lead and Project Manager as she has experience with many similar
projects over the past nine years as both the project engineer and engineer of record. She has worked closely
Dominick Amico and Kirk Martin on various projects and she is perfectly suited for this role. Kellie’s attention to detail
provides a level of service that is appreciated by all of her clients. Organization, scheduling, and specificity are the
backbone of her daily work ethic. Her passionate leadership will lend well to this project and its’ extensive team and
keep it consistent with the schedule and budget. She has the availability and resources to dedicate the level of
attention that this project will require.
Dominick J. Amico, Jr., P.E., LJA Vice-President, will serve as the principle in charge and will provide direct oversight
of the project. He is authorized and responsible to act on behalf of the team with respect to directing, coordinating
and administering any aspects of the services to be provided and performed. Mr. Amico has over 42 years of
experience (all with LJA, formerly ABB) and, having lived in Southwest Florida for over 51 years, is thoroughly familiar
with local conditions and issues.
Kirk Martin, PG, Apex Project Director, is a hands-on project director with over four decades of experience
managing multi-discipline teams for a variety of hydrogeologic projects and clients. He has been involved with the
vast majority of the production wells in Collier County (including 35 out of 40 wells in Golden Gate wellfield). His
clients respect his technical and managerial opinions so greatly that he is frequently retained as an outside consultant
to oversee and/or provide technical directions to other contracted consultants.
Rahul John, PG, PMP, Apex Project Manager, is a certified project management professional who is currently
managing multiple Collier County projects worth over $2M. He is a principal scientist with the firm with over 20 years
of experience and specializes in data analytics, resource management, water use permitting, well design, and
groundwater modeling.
George Hackney, PSM, Surveyor at LJA, will serve as the Lead Professional Surveyor and Mapper for the project. As
a project surveyor with over 40 years of experience. He has been the lead surveyor for Collier County Wells 38, 39, &
40, NRO Wells 10 & 11 as well as City of Naples Wells 408 and 426.
Brent Guillot, PLS, Landscape Architect at LJA with over 22 years of experience will be responsible for ensuring that
the facilities are screened and buffered appropriately for the homeowners and neighboring community.
Erik Howard, P.E., PSM (Apex) willl be responsible for the modeling efforts of the project, as an engineer, licensed
water well contractor and general contractor, Erik is familiar with both the technical and construction side of projects.
Erik’s experience as an engineer includes modeling of surface water, groundwater, pipe hydraulics, pump hydraulics,
potable water systems, irrigation water systems and wastewater system. Mr. Howard was project manager/engineer
on various wellfield projects for Lee County, City of Fort Myers, Charlotte County, and Desoto County.
Oscar Prieto, AIA, NCARB, (GHC) Associate Architect, with 16 years of comprehensive experience in design,
construction, and project management, with expertise spanning architecture, programming, and urban design.
Larry M. Smith, P.E., (SEC) Electrical Engineer has over 35 years of municipal design and construction experience in
South Florida in the areas of electric utilities, water and wastewater utilities, solid waste, water control structures and
pump stations.
Chris Pacitto, P.E. (Velocity) Geotechnical Engineer for the project, Mr. Pacitto is recognized as an expert in a variety
of engineering disciplines, has 27 years of experience in the local area, and was part of the project team for City of
Naples Wells 408 & 426 and Collier County Well 40.
John Curtis, CSE, (Apex) Senior Ecologist for the project has 27 years of experience. With local knowledge and
experience of the area he has the staff and resources to assess the proposed sites as required for the state and local
permits.
It is important to mention that beyond the Collier County wells this team, comprised of LJA, APEX, GHC, and Velocity
has proven to be a successful team, with past project well experience together. The past experience for the City of
Naples was ultimately located within the limits of Collier County, from the same aquifer, and permitted by the same
entities.
Page 3090 of 6355
Preliminary Engineering & Site Design
Each of the nine well sites has unique characteristics, some of the sites may require the well to be covered or
screened while others may not. LJA will first work with County staff in the kickoff meeting to come up with a draft
plan on an aerial for each site to get an accurate survey area in order to begin work right away. The design of each
site will be an iterative process as existing data becomes available and as the modeling results are developed, the
Wells and site will form into a cohesive design.
The preliminary design will consist of hydraulic modeling to ensure proper sizing of the existing transmission line
infrastructure, data collection through survey, geotechnical borings, soft dig locates, and environmental analysis
where needed. The preliminary design information will form a base to build and design from. The LJA team will
mobilize quickly after the kickoff meeting to begin this collection and analysis process while simultaneously gathering
record drawings, existing permits, and any other available documents to aide in the development of a 30% plan set.
Well Design
The locations of the nine proposed Lower Tamiami Aquifer Wells have already been permitted through the
SFWMD. Using the wealth of local knowledge and legacy project information, the team will prepare technical
specifications and design drawings for the below grade well construction which will include detailed scope of work,
well location maps, well dimensions, construction materials, construction sequencing, and construction methods. Our
below ground design is typically carried out in two phases, 60 percent design phase and a 100 percent design
phase. For the 60 percent design phase, we compile and review existing hydrogeological data near the well sites,
evaluate available geotechnical documents, draft technical specifications and drawings, and confirm code, regulation,
standards and permit requirements. The team will prepare the final design package to include finalized bid forms,
technical specifications, and design drawings.
Permitting
Permitting for this project is multifaceted and will fit in three categories, design permitting with the state, design
permitting with local government, and construction permitting with local government. LJA will only be responsible for
the design portion of the permitting and will then oversee the contractor permitting the construction phase as a the
EOR.
State Permitting: the below-ground portion of the scope of work, the team does not anticipate the need for
permitting services. If the well sites need to be moved or the current permit needs to be slightly modified, the team
will prepare an application package for expedited processing by proactively addressing all the areas of concern with
the SFWMD. Above ground, based on the varying characteristics, some of the sites may require a SFWMD General
Permit if there are any potential wetland impacts, a need for paved surfaces or stormwater systems. Otherwise, some
of the sites can be permitted with 10/2 self-certification permit. The existing FDEP permit for the water treatment
plant will be amended to include the new wells and infrastructure.
Local Permitting: Collier County requires that these well site be permitted through community development with land
development plans. Land Development Code 10.02.03E.1.d states that “Public utility ancillary systems in Collier
County will be permitted as insubstantial changes to the Site Development Plan or Site Improvement Plan approved
for the water treatment plant . . . to which the public utility ancillary systems are subordinate . . . More than one (1)
ancillary use may be permitted with one (1) application provided that all uses are connected by the same pipeline.” It
will be required that a pre-application meeting is held to discuss the permitting process with County staff, although
based on the criteria, conceptually all nine wells could be permitted as one Site Development Insubstantial Change
(SDPI) application.
In addition to the site permitting, Right-of-Way permits will also need to be obtained in areas where improvements
to transmission lines or well access entrances are proposed.
Bidding Phase
The LJA team will provide a comprehensive bid package to the County that will include the technical specifications of
the above and below-ground components, bid tabulation sheets, engineering drawings, and an engineer’s opinion of
probable cost. We will work with the County’s procurement team to facilitate the bidding process, attend the pre-bid
meeting with prospective contractors, answer questions on the technical specifications, evaluate contractor bids, and
prepare a DELORA to provide recommendations.
Page 3091 of 6355
Construction Services
The team will provide professional oversight during the construction of the nine production wells. We will provide a
qualified hydrogeologist to observe the drilling and testing operations. Field Supervisor Andy McThenia, PG, who has
over 25 years of experience working on Collier County well projects, will closely monitor field activities and be
available during important testing and for issues that require field decisions. The team will evaluate the geologic
information collected during drilling to determine the site-specific hydrogeology, identify subsurface conditions to
ensure that the wells tap into the permeable portions of the permitted groundwater source, and assure that the final
well construction meets the intent of the specifications and applicable permits and regulations. Additionally, project
representative Sean Hanes, will be available to oversee the site work and transmission pipe installation, testing, and
tie-ins. With 30 years of experience, he is the frontline for the team on the site and will elevate and document any
issues that may arise making sure that they are handled efficiently. Our construction administration work elements
will include attending pre-construction meeting, biweekly or monthly progress meetings, various site visits including
EORs and site inspectors, review and respond to contractor submittals and shop drawings, participate in substantial
and final completions walkthrough, review pay applications, and prepare close-out documents.
Unique Approach
The construction of Vanderbilt Beach Road Extension (see image below) is currently underway and will impact the
survey, geotechnical, environmental data collections, and access to the eastern sites (Wells 41,42,43,44, & 45).
Additionally, both Well 43 & 45 (see below) look to each be sharing a County owned property with a new stormwater
lake that is under construction. Estimated to be completed in the fall of this year, the completion of this roadway
project will need to be coordinated with the transportation department so that the site designs fit seamlessly into the
existing sites.
The eastern portion of the project along Collier Boulevard (Wells 46, 47, 48, & 49) are located within easements on
privately owned properties. The placement of these wells on private property brings about another set of constraints
to take into consideration during the data collection and design phases. Access and space will be limited, the site
design will need to consider ease of access for staff, functionality of the site, and impact to the individual homeowner
(s) and surrounding neighborhood.
Page 3092 of 6355
Schedule Phasing If the County wishes to phase construction of the wells some of the permit submittal and scheduling will be adjusted based on how many applications are applied for and received. In addition, the initial data collection effort could first focus on the phase one portion of the project before moving onto the rest of the wells. In this way all of the disciplines could follow suit with their respective designs prioritizing timing on the phase one design. Using the method described above, the LJA team could complete the design of a group of 3 or 4 wells and have them ready for construction in the beginning of 2026. The remainder of the wells would follow the schedule shown above and be designed and permitted during the construction of phase one. Fast Track 2025 Design Completion Page 3093 of 6355
APPROACH—MANAGING COST
Ethos
LJA is a unique company, since the beginning it has believed in employee ownership. All of it’s employees are
employee-owners and participate in an employee stock ownership plan. The employees financially benefit from the
company’s success, creating a unique ownership culture. This developed ecosystem of efficiency and success in the
office directly translates into the external projects and tasks. In the same way an employee will benefit from the
companies’ success so too will the employee benefit from the clients’ positive experiences. Consistently delivering
projects on budget and on time will be remembered by County staff/leadership and build on the reputation of the
team and bolster the trust that has already been established.
Cost Management
The two ways that costs can be managed are through the design phase and construction phase. Initially managing
the cost of the design phase of the project will be the focus of the project manager and team. Cost management
through the construction process will be primarily accomplished by tracking the project’s progress, ensuring to keep
the construction phase on schedule and within budget.
Design Team Budget
The first element of project management is communication, from the onset of the project a workflow will be created
allowing all parties to check into the current status of the project and the status of each discipline. If there is a
potential for a bottleneck of information or for the team to be waiting on a certain resource it can be better
predicted in this way and communicated with each party. Streamlined communication will be key in keeping the
project on track. With a clear intent on tracking all the disciplines’ operations, schedules and design completion
percentages, the project manager will monitor the team’s budget from a total completion standpoint. Through this
oversight there will not be any surprises towards the end of the design phase, the budget will be tracked, and
adjustments can be made accordingly if needed.
LJA can leverage the latest software
and implemented built in systems
that analyze project time and each
task broken down to the specific
interval so that it can be tracked.
The financial elements/programs
used in businesses in this sector are
all industry standards, the budget
tracking resources are important
tools to be utilized making the
project manager that much more
capable. The intangible that is not
mentioned is the earned trust and
established competency of the
people managing the budgets, as
well as preparing and sending the
invoices to the client. LJA (formerly
ABB) has project managers that
review and sign their own invoices, they are personally responsible for what is sent out. The client will not have to
communicate with an accounting middle person or be redirected to someone uninvolved in the project specifics. LJA
benefits the client in that it has very recently grown from a local company, the Naples office will handle all of the
project work bringing with it all of the decades of local experience, but now has the resource potential of a nationally
recognized company with thousands of employees.
Our approach to managing cost will cultivate a thriving project, it is our best
marketing tool for the future.
Page 3094 of 6355
Construction Budget Management
The construction budget always takes oversight and constant interaction and
can be problematic at times for the inexperienced. The County selects the
lowest bidder and in that case some contractors may try to find a loopholes in
the specs or plans and get a change order to recoup some of the
underestimated items. This contractor effort can come in direct conflict with
the Engineer of Record. We have had many positive experiences with
contractors and enjoy equitable relationships with the construction team. That
being said, our team represents our client, and it is our first priority to ensure
the project is constructed per plan, within budget, and on schedule. Below are
some of the methods that are used for tracking the progress and ensuring an
equitable Engineer-Contractor-Client dynamic.
The Submittal log exhibit to the right is indecipherable at this scale, but is
shown as a reference to highlight the amount of information that is collected
and tracked as a typical well job is progressing. The rows reflect each
submittal made and the columns are populated with descriptions, dates,
requested changes, rejection notes, etc. This level of organization
demonstrates one of the many ways that the contractor is kept accountable
and how the LJA team manages all of the data. Additionally similar logs are
made for change requests, for RFI’s, pay requests, site progress (rain,
weather), and any other contractor-initiated items. Site visits are reported and
photographed, saved and documented. All of the information is compiled so
that if any discrepancies do occur everything has been recorded and in most
instances the extra the contractor is looking for is not warranted given the
information saved and collected.
Scoping Project Effort
The scope and boundary conditions of the project will be critical in
determining the budget. Having a clear definition of the site conditions will
be important to know what tasks will need to be completed in order to design
and permit the wells.
What gets measured, gets managed.
First, during the kickoff meeting the LJA team will request all of the
information needed from the county; easements, design preferences, existing
models, infrastructure data, GIS files, existing record drawings plans, roadway
infrastructure, etc. This information in conjunction with the data collected
through the teams’ survey, geotechnical and environmental exploration will
be the basis of the source of the design. Ensuring all of the base data is available will reduce the chances of any
unexpected issues occurring later on in the design or construction process. The best way to tightly manage a budget
is to try to anticipate as many potential challenges as possible in the beginning of a project. In this way those
challenges and hurdles can be overcome. As more information is exchanged between the county and the LJA team
we will be able to recognize more design solutions moving forward. As of now, below is a list of foreseeable items
that should be accounted for that will negate any surprises in the design phase.
· Receive all of the information that the County has to offer, be pro active in researching what will be needed for
the design and implementation of the job
· Data collection coordination with Vanderbilt Beach Road Extension (CC Transportation & Jacobs)
· Draft site plans early on over an aerial and adjust as the existing data comes in
· Clear direction with goals for each well site, minimum access areas, landscaping, fencing, etc.
· Avoiding any substantial changes beyond the 60% plans will streamline the permitting process
Figure 1. Submial Log
Page 3095 of 6355
Ability to Meet Schedule Within Budget Constraints
LJA believes that design cannot be created in a vacuum. We understand that a project's potential must align with
what it actually costs, what the budget allows. Our services are based on a fee that relates to the construction cost,
and it is critical to the project success that at each step (Concept Design, 30% Schematic Design, 60% & 90%
Construction Documents, and 100% Bid Documents) we develop an opinion of probable cost (OPC) that allows the
client and LJA to make informed decisions before we proceed with final construction documents. The OPC decisions
will allow us to determine if we:
LJA will work closely with County staff to define a detailed project scope for the construction phase and an OPC to
accomplish the project scope. If probable costs exceed original budgets, LJA suggests a multi-phase construction
project as well as investigating cost-saving measures to reduce costs. Once authorized, LJA shall prepare the design
documents per the final scope and budget. By approaching each project in this manner, the LJA team ensures that
the County is fully aware of the probable costs of the requested improvements.
Past Performance & Change Order History
LJA (formerly ABB) has been involved with the last three County wells that were constructed in this area. Those three
wells are 38, 39, and 40 and were designed within budget. Currently the City of Naples well 408 is under construction
and operating within the current construction services budget. Both City wells 408 & 426 have been designed within
the original parameters of the contract and utilizing a contract of the additional service noted below. Our team has a
responsible history of budget performance and it is a pride of our business to keep within budget constraints.
CC=Collier County City=City of Naples
*The design of both wells was under the same contract and was not intended to cover the full amount needed for the
required environmental permitting. The permitting change was added as an additional task later on in the project.
The collective team assembled for this project anticipates no difficulty meeting budget or schedule requirements. The
project manager will closely monitor the availability of resources throughout the project, and act quickly to
counterbalance any shifts in manpower or resources that could impede progress.
Project Name Client Design Budget
Met
Budget Change
Requested by LJA
Budget Change Initiat-
ed by Client
Well 38 CC Yes No No
Well 39 CC Yes No No
Well 40 CC Yes No No
Wells 408 City Yes No Yes*
Well 426 City Yes No Yes*
Revise the Scope
Refine the Program
Phase the Project Enhance the Budget
Begin Cost Saving
Measures
Look for Cost Sharing
Opportunities
Page 3096 of 6355
TAB 5
LOCATION
Page 3097 of 6355
LOCATION ORIENTED MANAGEMENT & APPROACH
LJA Engineering, Inc. is unique in that we are locally owned and operated by Collier County residents. Our
Principals and staff live locally, thus making traveling directly traveling to/from home for early morning or
late afternoon meetings convenient for the County and our staff. In addition, being located locally
provides our staff with the ability to stop regularly at project sites for progress assessments. This is an
especially valuable advantage when managing large design/construction projects. Furthermore, being a
local firm, we are familiar with our geography, geology and social preferences; thus, unforeseen conditions
can be addressed by the project manager/designers quickly and efficiently.
Additionally, living locally gives us quick access to the regulatory offices of agencies such as FDEP, FDOT,
USCOE, SFWMD, City of Naples and Collier County Governments, etc. We are able to meet with these
agencies with little notice to answer questions or provide additional information due to our location.
Since we reside locally, we also belong to local chapters of professional organizations of such as FES,
FSMS, ACSM and NSPS and business organizations such as Collier Building Industry Association, Naples
Chamber of Commerce, Bonita Chamber of Commerce and Urban Land Institute. As such, we have
opportunities to develop relationships with professionals working at these agencies and organizations that
will benefit the County.
From the project Kickoff meeting LJA will establish an in person meeting relationship with County staff.
Throughout the design process it will be important to gain an understanding of the operation of the
system with staff members and LJA and other team members can physically come to county offices in
order to easier facilitate that transfer of information. LJA will compile and manage day-to-day and on-site
information collection and distribution between internal and external team members, County staff, as well
as other entities involved in the project through various methods. Current municipal projects and
managed by LJA through Microsoft teams video conferences, email correspondences, cell phone
communication and in person meetings.
Moving into the construction portion of the project LJA and team will work in close proximity to the the
project which will prove to be very helpful in monitoring the progress and resolving day to day issues as
they arise. Our construction project representative who regularly observes the construction phase of the
project lives in the specific local area, just minutes from the various proposed well sites and can stop in at
a moments notice. The LJA team has a long standing history with team communication and it has been
depended on our primary location to our SWFL projects.
Page 3098 of 6355
LOCATION OF TEAM OFFICES AND ASSIGNED
PROJECT MANAGER
LJA’s office is located off of US 41 in Collier County, just south of Vanderbilt Beach Road. The distance
from our office to the Collier County Growth Management Offices is just 8.1 miles and 16 minutes in travel
time by car. Our location in North Naples is a short 30 minute drive to any of the proposed well sites.
Page 3099 of 6355
TAB 6
RECENT, CURRENT, AND
PROJECTED WORKLOADS OF
THE FIRM
Page 3100 of 6355
PROJECT WORKLOAD
A review of our current workload and project scheduling indicates that we would be able to commit the
necessary personnel to complete the services Collier County requires without delay. We will be able to
start work and assign this project top priority immediately upon a notice to proceed for the project. At the
beginning of every week, the LJA Naples office has a project workload meeting where we assess current
workloads and project priorities. All our management and staff are engaged and involved in the day-to-
day activities of our firm. This business dynamic allows LJA to have great maneuverability in the face of
constantly evolving and changing projects. After all, an effective team moves fluidly with the ability to
react and change directions as needed. LJA has dedicated specific resources and personnel to this project
and will provide constant attention to this project to shape it into the desired outcome to meet project
schedules. In addition, we have confirmed that our firm and our Subconsultant firms have the capacity for
this project.
LJA has a wide range of civil engineering project expertise, locally the Naples office is involved in
surveying, planning, engineering, for the public transportation, stormwater, various public works, as well as
private developments in commercial, industrial and residential sectors. The following page highlights the
Naples office project breakdown and our office staff availability in the coming year to take on this project.
Firm Project Discipline Availability for Project
LJA Project Manager, Civil Engineering,
Perming, Surveying
22% (Project will require less than
15% local office capacity/month)
Apex Hydrogeologic, Well Design, H&H
Modeling, & Environmental
35% (Project will require less than
15% local office capacity/month)
GHC Architectural & Structural Services 40% (Project will require less than
10% local office capacity/month)
SEC Electrical & SCADA Services 40% (Project will require less than
15% local office capacity/month)
Velocity Geotechnical Engineering 25% (Project will require less than
20% local office capacity/month)
Page 3101 of 6355
Kellie Fissinger, P.E., LJA's Project manager who will be leading this project has sufficient time budgeted in
her workload to manage daily coordination with team members and county staff. A project of this
magnitude will only thrive if it is maintained with consistent communication, a detailed schedule and clear
expectations of everyone involved. Every member of the team and their availability to be diligent with their
work is imperative and key. The true success of this project lies in the day to day availability of the project
manager, the drive to see items through to completion, organize critical lead time goals and
interdependent tasks. Kellie's availability and breakdown by project is illustrated on the pie chart below.
Page 3102 of 6355
TAB 7
REQUIRED FORMS
Page 3103 of 6355
County
______ , _ __...� -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� day of January, 2025 in the County of Collier, in
the State of Florida.
Firm's Legal Name:
Address:
City, State, Zip Code:
Florida Certificate of
Authority Document
Nwnber
Federal Tax
Identification Nwnber
*CCR# or CAGE Code
*Only if Grant Funded
Telephone:
Email:
Signature by:
(Typed and written)
Title:
LJA Engineering, Inc.
7400 Trail Blvd., Suite 200
Naples, FL 34108
Fl5000001316
76-0540328
NIA
(239) 597-3111
o;::;:;J/}4
Dominick J. Amico -Senior Vice President
Page 3104 of 6355
Page 3105 of 6355
Page 3106 of 6355
State of Florida
Department of State
I certify from the records of this office that LJA ENGINEERING,INC.is a
Texas corporation authorized to transact business in the State of Florida,
qualified on March 17,2015.
The document number of this corporation is F15000001316.
I further certify that said corporation has paid all fees due this office through
December 31,2024,that its most recent annual report/uniform business report
was filed on February 2,2024,and that its status is active.
I further certify that said corporation has not filed a Certificate of Withdrawal.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Eighth day of August,2024
Tracking Number:4457025430CU
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Page 3107 of 6355
Page 3108 of 6355
Company ID Number:
5-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
THE E-VERIFY
MEMORANDUM OF UNDERSTANDING
FOR WEB SERVICES EMPLOYERS
ARTICLE I
PURPOSE AND AUTHORITY
The parties to this Agreement are the Department of Homeland Security (DHS) and
(Web Services Employer). The purpose of this agreement is to set forth terms and conditions which the Web
Services Employer will follow while participating in E-Verify.
A Web Services Employer is an Employer who verifies employment authorization for its newly hired employees
using a Web Services interface.
E-Verify is a program that electronically confirms a newly hired employee’s authorization to work in the United
States after completion of the Form I-9, Employment Eligibility Verification (Form I-9). This MOU explains
certain features of the E-Verify program and describes specific responsibilities of the Web Services Employer,
DHS, and the Social Security Administration (SSA).
For purposes of this MOU, the “E-Verify browser” refers to the website that provides direct access to the E-Verify
system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify
browser.
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.
Before accessing E-Verify using Web Services access, the Web Services Employer must meet certain technical
requirements. This will require the investment of significant amounts of resources and time. If the Web
Services Employer is required to use E-Verify prior to completion and acceptance of its Web Services interface,
then it must use the E-Verify browser until it is able to use its Web Services interface. The Web Services
Employer must also maintain ongoing technical compatibility with
E-Verify.
DHS accepts no liability relating to the Web Services Employer’s development or maintenance of any Web
Services access system.
Page 1 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
LJA Engineering
1667718
Page 3109 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
ARTICLE II
RESPONSIBILITIES
A. RESPONSIBILITIES OF THE WEB SERVICES EMPLOYER
1. By enrolling in E-Verify and signing the applicable MOU, the Web Services Employer asserts that it is a
legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the
laws, regulations, and DHS policies and procedures relating to the use of E-Verify.
2.The Web Services 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
3. The Web Services Employer agrees to provide to the SSA and DHS the names, titles, addresses, and
telephone numbers of the Web Services Employer representatives to be contacted about E-Verify. The Web
Services Employer also agrees to keep such information current by providing updated information to SSA and
DHS whenever the representatives’ contact information changes.
4. The Web Services Employer agrees to grant E-Verify access only to current employees who need E-Verify
access. Web Services 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.
5. The Web Services Employer agrees to become familiar with and comply with the most recent version of the
E-Verify User Manual. The Web Services Employer will ensure that outdated manuals are promptly replaced
with the new version of the E-Verify User Manual when it becomes available.
6.The Web Services Employer agrees that any person accessing E-Verify on its behalf is trained on the most
recent E-Verify policy and procedures.
7.The Web Services Employer agrees that any of its representatives who will create E-Verify cases will
complete the E-Verify Tutorial before creating any cases.
a.The Web Services Employer agrees that all of its representatives will take the refresher tutorials when
prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will
prevent the Employer Representative from continued use of E-Verify.
8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as
required by the E-Verify rules and regulations as modified from time to time.
9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and
policies, commit sufficient personnel and resources to meet the requirements of this MOU.
10.The Web Services Employer agrees to comply with current Form I-9 procedures, with two exceptions:
Page 2 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3110 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
a.If an employee presents a "List B" identity document, the Web Services 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 I-9 process to establish identity.) If an employee objects to the
photo requirement for religious reasons, the Web Services Employer should contact E-Verify at
888-464-4218.
b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the
Web Services Employer agrees to make a photocopy of the document and to retain the photocopy with
the employee’s Form I-9. The Web Services 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 I-9.
11.The Web Services Employer agrees to record the case verification number on the employee's Form I-9 or
to print the screen containing the case verification number and attach it to the employee's Form I-9.
12.The Web Services Employer agrees that, although it participates in E-Verify, the Web Services Employer
has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its
employees, or from other requirements of applicable regulations or laws, including the obligation to comply
with the anti-discrimination requirements of section 274B of the INA with respect to Form I-9 procedures.
a.The following modified requirements are the only exceptions to a Web Services 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 a Web Services
Employer confirms the identity and employment eligibility of newly hired employee using E-Verify
procedures, it 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 Web Services
Employer receives a final nonconfirmation for an employee, but continues to employ that person, the
Web Services Employer must notify DHS and the Web Services 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 Web Services Employer continues to employ an employee after receiving
a final nonconfirmation, then the Web Services Employer is subject to a rebuttable presumption that it
has knowingly 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 I-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.
Page 3 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3111 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
13.The Web Services 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 I-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 I-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. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then
the three day time period is not extended. In such a case, the Web Services Employer must use the E-Verify
browser during the outage.
14.The Web Services 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.
15.The Web Services Employer must use E-Verify for all new employees. The Web Services 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 II.B of this MOU.
16.The Web Services Employer agrees to follow appropriate procedures (see Article III below) regarding
tentative nonconfirmations. The Web Services 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 Web Services Employer agrees to provide both the English and the translated notice and letter for
employees with limited English proficiency to employees. The Web Services 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 Web Services Employer must allow e mployees 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.
17. The Web Services 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(l)) that the employee is not work
authorized. The Web Services 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 (including denying, reducing, or extending
Page 4 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3112 of 6355
-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
Company ID Number:
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
Web Services 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).
18. The Web Services Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B 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 Web S ervices 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 Web Services Employer further understands that any violation of the immigration-
related unfair employment practices provisions in section 274B of the INA could subject the Web Services
Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the
Web Services 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 Web Services
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).
19.The Web Services 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 Web Services 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 Web Services Employer who are authorized to
perform the Web Services Employer's responsibilities under this MOU, except for such dissemination as may be
authorized in advance by SSA or DHS for legitimate purposes.
20.The Web Services 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-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when
sending a breach report to E-Verify.
21.The Web Services 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.
Page 5 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3113 of 6355
-Verify
E-VERIFY ISA SERVICE OF DHS AND SSA
Company ID Number:
22.The Web Services 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
reasonable notice, to review Forms I-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.
a.The Web Services Employer agrees to cooperate with DHS if DHS requests information about the Web
Services Employer’s interface, including requests by DHS to view the actual interface operated by the Web
Services Employer as well as related business documents. The Web Services Employer agrees to
demonstrate for DHS the functionality of its interface to E-Verify upon request.
23.The Web Services 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.
24.The Web Services 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.
25.The Web Services 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.
26.The Web Services Employer agrees to complete its Web Services interface no later than six months after
the date the Web Services Employer signs this MOU. E-Verify considers the interface to be complete once it has
bee n built purs uant to th e Interface Control Agre ement (ICA ), sub mitted to E-Ve rify for t est ing, and approved
for system ac cess.
27.The Web Services Employer agrees to perform sufficient maintenance on the Web Services interface in
accordance with the requirements listed in the ICA. These requirements include, but are not limited to,
updating the Web Services interface to ensure that any updates or enhancements are incorporated no later
than six months after the issuance of an ICA. Web Services Employers should be aware that this will require
the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the
satisfaction of DHS and or its assignees.
28.The Web Services Employer agrees that any system or interface it develops will follow the steps for
creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the
User Manual, including but not limited to allowing an employer to close an invalid case where appropriate,
allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a
tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation
Page 6 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3114 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
to the appropriate agency at the time the employer prints the referral letter and provides the letter to the
employee. The Web Services Employer understands that any failure to make its system or interface consistent
with proper E-Verify procedures can result in DHS terminating the Web Services Employer’s agreement and
access.
29. The Web Services Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Web Services Employer may be subject to appropriate legal action and termination
of its participation in E-Verify according to this MOU.
B. EMPLOYERS THAT ARE FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE
NOTE: If you do not have any Federal contracts at this time, this section does not apply to your company. In the
future, if you are awarded a Federal contract that contains the FAR E-Verify clause, then you must comply with
each provision in this Section. See 48 C.F.R. 52.222.54 for the text of the FAR E-Verify clause and the E-Verify
Supplemental Guide for Federal Contractors for complete information.
1.If the Web Services 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 S upplemental
Guide for Federal Contractors.
2.In addition to the responsibilities of every employer outlined in this MOU, the Web Services 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 Web Services Employer, the Employer
may not create a second case for the employee through E-Verify.
a.A Web Services 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 Web Services Employer must verify those employees who are working in the United States,
whether or not they are assigned to the contract. Once the Web Services 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 Web S ervices 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.
b.Web Services 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 Web Services Employer is enrolled in E-Verify as a Federal
contractor for 90 calendar days or less at the time of contract award, the Web Services Employer must,
within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires
Page 7 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3115 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
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. A Web Services
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. Web
Services 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, Web Services 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, Web Services 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 Web Services Employer may use a previously completed Form I-9 as the basis for creating an E-Verify
case for an employee assigned to a con tract as long as :
i.That Form I-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 Web Services Employer has reviewed the Form I-9 information either in person or in
communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation
has not changed (including, but not limited to, a lawful permanent resident alien having become a
naturalized U.S. citizen).
f.The Web Services Employer shall complete a new Form I-9 consistent with Article II.A.10 or update the
previous Form I-9 to provide the necessary information if:
i.The Web Services Employer cannot determine that Form I-9 complies with Article
II.A.10,
ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or
iii.The Form I-9 contains no SSN or is otherwise incomplete.
Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with
Article II.A.10, but reflects documentation (such as a U.S. passport or Form I-551) that expired after
completing Form I-9, the Web Services 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.
Page 8 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3116 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
g.The Web Services 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 Web Services Employer that is not a Federal contractor based
on this Article.
3. The Web Services 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 Web Services
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 Web Services 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 Web Services 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 Web Services 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 a Web Services Employer experiences technical problems, or has a policy question, the Web
Services Employer should contact E-Verify at 1-888-464-4218.
D. RESPONSIBILITIES OF DHS
1.After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the
Web Services Employer access to selected data from DHS databases to enable the Web Services Employer
to conduct, to the extent authorized by this MOU:
a.Automated verification checks on employees by electronic means, and
b.Photo verification checks (when available) on employees.
Page 9 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3117 of 6355
-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
Company ID Number:
2.DHS agrees to provide to the Web Services Employer appropriate assistance with operational problems that
may arise during the Web Services Empl oyer's participati on in the E-Verify program. DHS agrees to provide the
Web Services Employer names, titles, addresses, and telephone numbe rs of DHS representatives to be
contacted during the E-Verify process.
3.DHS agrees to make available to the Web Services Employer at the E-Verify Web site
www.E-Verify.gov and on the E-Verify Web br owser (https://e-verify.uscis.gov/emp/), instructi onal materials on
E-Verify policies, procedures and requirements for both SSA and DHS , inc luding rest rictions on the use of E-
Verify. DHS agrees to prov ide tr aining materials on E-Verify.
4.DHS agrees to provide to the Web Services Employer a notice that indicates the Web Services Employer's
participation in the E-Verify program. DHS also agrees to provide to the Web Services Employer anti-
discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment
Practices (OSC), Civil Rights Division, U.S. Department of Justice.
5.DHS agrees to issue the Web Services Employer a user identification number and password that permits the
Employer to verify information provided by its employees with DHS.
6.DHS agrees to safeguard the information provided to DHS by the Web Services Employer, and to limit
access to such information to individuals responsible for the verification of employees’ employment eligibility
and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by
applicable law. Information will be used only to verify the accuracy of Social Security Numbers and
employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal or anti-
discrimination laws, and to administer Federal contracting requirements.
7.DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA
verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment
eligibility within three Federal Government work days of the initial inquiry.
8.DHS agrees to provide a means of secondary verification (including updating DHS records as necessary) for
employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations
that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility
within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than
10 days may be necessary. In such cases, DHS will provide additional verification instructions.
9.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA). This
document will provide technical requirements that the Web Services Employer must meet to create and
maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information
system that provides immigration status verification for government agencies and verification of employment
authorization for employers participating in E-Verify.
10.DHS agrees to provide periodic system enhancements to improve the ease and accuracy of E-Verify, as
needed. DHS will also provide E-Verify enhancements to comply with applicable laws and regulations. As
enhancements occur, Web Services Employers must update their Web Services interface to reflect
Page 10 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3118 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services Employer
with an ICA to support the E-Verify release whenever system enhancements are required.
11.DHS agrees to provide to the Web Services Employer guidance on breach notification and a means by
which the Web Services Employer can report any and all suspected or confirmed breaches of owned or used
systems or data spills related to E-Verify cases. At this time, if the Employer encounters a suspected or
confirmed breach or data spill, it should contact E-Verify at 1-888-464-4218.
12.In the event the Web Services Employer is subject to penalties, DHS will issue a Notice of Adverse Action
that describes the specific violations if it intends to suspend or terminate the employer’s Web Services
interface access. The Web Services Employer agrees that DHS shall not be liable for any financial losses to the
Web Services Employer, its employees, or any other party as a result of your account suspension or
termination and agrees to hold DHS harmless from any such claims.
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1.If the Web Services Employer receives a tentative nonconfirmation issued by SSA, the Web S ervices
Employer must print the notice and promptly provide it to the employee so that the employee may determine
whether he or she will contest the tentative nonconfirmation. The Web Services Employer must review the
tentative nonconfirmation with the employee in private. After the notice has been signed, the Web Services
Employer must give a copy of the signed notice to the employee and attach a copy to the employee’s Form I-9.
2.The Web Services Employer will refer employees to SSA field offices only as directed by the automated
system based on a tentative nonconfirmation, and only after the Web Services Employer records the case
verification number, reviews the input to detect any transaction errors, and determines that the employee
contests the tentative nonconfirmation. The Web Services Employer will transmit the Social Security Number
to SSA for verification again if this review indicates a need to do so. The Web Services Employer will determine
whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives
it.
3.If the employee contests an SSA tentative nonconfirmation, the Web Services Employer will provide the
employee with a system-generated referral letter and 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 Web Services
Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days
is necessary. The Employer agrees to check the E-Verify system regularly for case updates.
4.The Web Services Employer agrees not to ask the employee to obtain a printout from the Social Security
Number database (the Numident) or other written verification of the Social Security Number from the SSA.
Page 11 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3119 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
B. REFERRAL TO DHS
1.If the Web Services Employer receives a tentative nonconfirmation issued by DHS, the Web Services
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 Web Services Employer also agrees
to provide both the English and the translated notice and letter for employees with limited English proficiency
to employees. The Web Services 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 Web Services Employer agrees to obtain the employee’s response about whether he or she will contest
the tentative nonconfirmation as soon as possible after the Web Services Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3.The Web Services 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 Web Services Employer will
instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight
Federal Government work days.
5.If the Web Services Employer finds a photo mismatch, the Web Services 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 Web Services Employer agrees that if an employee contests a tentative nonconfirmation based upon a
photo mismatch, the Web Services Employer will send a copy of the employee’s Form I-551, Form I-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 Web Services 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 Web Services 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 Web Services Employer agrees to check the E-Verify system regularly for
case updates.
10.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA).
Page 12 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3120 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
This document will provide technical requirements that the Web Services Employer must meet to create and
maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information
system that provides immigration status verification for government agencies and verification of employment
authorization for employers participating in E-Verify.
11. DHS agrees to provide periodic system enhancements to improve the ease and accuracy of
E-Verify, as needed. DHS will also provide E-Verify enhancements to comply with applicable laws and
regulations. As enhancements occur, Web Services Employers must update their Web Services interface to
reflect system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services
Employer with an ICA to support the E-Verify release whenever system enhancements are required.
ARTICLE IV
SERVICE PROVISIONS
A. NO SERVICE FEES
1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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
SYSTEM SECURITY AND MAINTENANCE
A. DEVELOPMENT REQUIREMENTS
1.Software developed by Web Services Employers must comply with federally-mandated information
security policies and industry security standards to include but not limited to:
a. Public Law 107-347, "E-Government Act of 2002, Title III, Federal Information Security Management
Act (FISMA)," December 2002.
b. Office of Management and Budget (OMB) Memorandum (M-10-15), "FY 2010 Reporting Instructions for
the Federal Information Security Management Act and Agency Privacy Management," April 2010.
c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal
Information Processing Standards Publication (FIPS).
d. International Organization for Standardization/International Electrotechnical Commission
(ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information
Security Management.
2.The Web Services Employer agrees to update its Web Services interface to the satisfaction of DHS or its
assignees to reflect system enhancements within six months from the date DHS notifies the Web Services
User of the system update. The Web Services User will receive notice from DHS in the form
Page 13 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3121 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
of an Interface Control Agreement (ICA). The Web Services Employer agrees to institute changes to its
interface as identified in the ICA, including all functionality identified and all data elements detailed
therein.
3.The Web Services Employer agrees to demonstrate progress of its efforts to update its Web Services
interface if and when DHS requests such progress reports.
4.The Web Services Employer acknowledges that if its system enhancements are not completed to the
satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services Employer of
the system update, then the Web Services Employer’s E-Verify account may be suspended, and support for
previous releases of E-Verify may no longer be available to the Web Services Employer. The Web Services
Employer also acknowledges that DHS may suspend its account after the six-month period has elapsed.
5.The Web Services Employer agrees to incorporate error handling logic into its development or software to
accommodate and act in a timely fashion should an error code be returned.
6.The Web Services Employer agrees to complete the technical requirements testing which is confirmed
upon receiving approval of test data and connectivity between the Web Services Employer and DHS.
7.DHS will not reimburse any Web Services Employer or software developer who has expended resources in
the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to
meet any of the requirements set forth in this MOU.
8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take
place outside the United States and its territories, but testing must be conducted to ensure that the code is
correct and secure.
9.Tf the Web Services Employer includes an electronic Form I-9 as part of its interface, then it must comply
with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e).
B. INFORMATION SECURITY REQUIREMENTS
Web Services Employers performing verification services under this MOU must ensure that information that is
shared between the Web Services Employer and DHS is appropriately protected comparable to the protection
provided when the information is within the DHS environment [OMB Circular A-130 Appendix III].
To achieve this level of information security, the Web Services Employer agrees to institute the following
procedures:
1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the
unauthorized access, use, disclosure, disruption, modification, or destruction of information and information
systems that support the operations and assets of the DHS, SSA, and the Web Services Employer;
Page 14 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3122 of 6355
-Verify
E•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information
security risks to an acceptable level, and ensure that information security is addressed throughout the life
cycle of each organizational information system;
3.Implement subordinate plans for providing adequate information security for networks, facilities,
information systems, or groups of information systems, as appropriate;
4.Conduct security awareness training to inform the Web Services Employer’s personnel (including
contractors and other users of information systems that support the operations and assets of the
organization) of the information security risks associated with their activities and their responsibilities in
complying with organizational policies and procedures designed to reduce these risks;
5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures,
practices, and security controls to be performed with a frequency depending on risk, but no less than once per
year;
6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address
any deficiencies in the information security policies, procedures, and practices of the organization;
7.Implement procedures for detecting, reporting, and responding to security incidents;
8.Create plans and procedures to ensure continuity of operations for information systems that support the
operations and assets of the organization;
9.In information-sharing environments, the information owner is responsible for establishing the rules for
appropriate use and protection of the subject information and retains that responsibility even when the
information is shared with or provided to other organizations [NIST SP 800-37].
10.DHS reserves the right to restrict Web Services calls from certain IP addresses.
11.DHS reserves the right to audit the Web Services Employer’s application.
12.Web Services Employers agree to cooperate willingly with the DHS assessment of information security
and privacy practices used by the company to develop and maintain the software.
C. DATA PROTECTION AND PRIVACY REQUIREMENTS
1.Web Services Employers must practice proper Internet security; this means using HTTP over SSL/TLS
(also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet
security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a
basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by
attackers as messages traverse the Internet and is not independently designed with all the necessary security
protocols for E-Verify use.
2.In accordance with DHS standards, the Web Services Employer agrees to maintain physical, electronic,
and procedural safeguards to appropriately protect the information shared under this MOU
Page 15 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3123 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion.
3.Any data transmission requiring encryption shall comply with the following standards:
•Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit
encryption that has been validated under FIPS 140-2.
•NSA Type 2 or Type 1 encryption.
4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will
be done only through authorized Web Services Employer representatives identified above.
5.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not yet
upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition,
Web Services Employers whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 agree to use
the E-Verify browser until the system upgrade is completed.
6.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not
completed updates to its system to the satisfaction of DHS or its assignees within six months from the date
DHS notifies the Web Services Employer of the system update. The Web Services Employer can resume use of
its interface once it is up-to-date, unless the Web Services Employer has been suspended or terminated from
continued use of the system.
D. COMMUNICATIONS
1.The Web Services Employer agrees to develop an electronic system that is not subject to any agreement or
other requirement that would restrict access and use by an agency of the United States.
2.The Web Services Employer agrees to develop effective controls to ensure the integrity, accuracy and
reliability of its electronic system.
3.The Web Services Employer agrees to develop an inspection and quality assurance program that regularly
(at least once per year) evaluates the electronic system, and includes periodic checks of electronically stored
information. The Web Services Employer agrees to share the results of its regular inspection and quality
assurance program with DHS upon request.
4.The Web Services Employer agrees to develop an electronic system with the ability to produce legible
copies of applicable notices, letters, and other written, photographic and graphic materials.
5.All information exchanged between the parties under this MOU will be in accordance with applicable laws,
regulations, and policies, including but not limited to, information security guidelines of the sending party
with respect to any information that is deemed Personally Identifiable Information (PII), including but not
limited to the employee or applicant’s Social Security number, alien number, date of birth, or other
information that may be used to identify the individual.
6.Suspected and confirmed information security breaches must be reported to DHS according to Article
V.C.1. Reporting such breaches does not relieve the Web Services Employer from further
Page 16 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3124 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
requirements as directed by state and local law. The Web Services Employer is subject to applicable state laws
regarding data protection and incident reporting in addition to the requirements herein.
E. SOFTWARE DEVELOPMENT RESTRICTIONS
1.DHS reserves the right to terminate the access of any software developer with or without notice who creates or
uses an interface that does not comply with E-Verify procedures.
2.Employers are prohibited from Web Services Software development unless they also create cases in E-Verify to
verify their new hires’ work authorization. Those pursuing software development without intending to use E-Verify
are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without
also being a Web Services Employer or Web Services E-Verify E mployer Agent.
F. PENALTIES
1.The Web Services Employer agrees that any failure on its part to comply with the terms of the MOU may result in
account suspension, termination, or other adverse action.
2.DHS is not liable for any financial losses to Web Services Employer, its clients, or any other party as a result of
account suspension or termination.
ARTICLE VI
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.
B. TERMINATION
1.The Web Services 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 Web Services
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 Web Services Employer, or a failure on the part of either party to comply with
established E-Verify procedures and/or legal requirements. The Web Services Employer understands that if it is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect
Page 17 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3125 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
the performance of its contractual responsibilities. Similarly, the Web Services 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 Web Services
Employer’s business.
3.A Web Services 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 Web Services Employer must provide
written notice to DHS. If the Web Services Employer fails to provide such notice, then that Web Services 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 Web Services Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services
Employer or the Employer is terminated from E-Verify.
ARTICLE VII
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 Web Services Employer, its agents, officers, or employees.
C.The Web Services 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 Web Services 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 Web Services Employer.
E.The Web Services 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, 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 Web Services Employer and DHS respectively. The Web Services Employer understands that any inaccurate
statement, representation, data or other information provided to DHS may subject the Web Services Employer,
Page 18 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3126 of 6355
Verify
E-VERIFV ISA SERVICE OF DH SAND SSA
Company ID Number:
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 Web Services Employer.
Approved by:
Web Services Employer
Name (Please Type or Print) Title
Signature Date
Department of Homeland Security – Verification Division
Name (Please Type or Print) Title
Signature Date
Page 19 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
USCIS Verification Division
04/09/2021
Julie Jordan
Electronically Signed
LJA Engineering
04/09/2021
Electronically Signed
1667718
Page 3127 of 6355
Verify
E-VERIFV ISA SERVICE OF DH SAND SSA
Company ID Number:
Information Required for the E-Verify Program
Information relating to your Company:
Company Name
Company Facility Address
Company Alternate Address
County or Parish
Employer Identification Number
North American Industry
Classification Systems Code
Parent Company
Number of Employees
Number of Sites Verified for
Page 20 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
LJA Engineering
LJA Engineering
HARRIS
541
1,000 to 2,499
1667718
3600 W Sam Houston Parkway S
Suite 600
Houston, TX 77042
760540328
1 site(s)
Page 3128 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State:
Page 21 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
TX 1
1667718
Page 3129 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
Information relating to the Program Administrator(s) for your Company on policy questions or
operational problems:
Page 22 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
Email
Email
Email
7133804449
7139535178
Michael DiClemente
Julie Jordan
7139535265
Sandra Hernandez
7139535025
1667718
Name
Name
Name
Phone Number
Phone Number
Phone Number
Fax
Fax
Fax
mdiclemente@lja.com
shernandez@lja.com
jjordan@lja.com
Page 3130 of 6355
5-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
This list represents the first 20 Program Administrators listed for this company.
Page 23 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3131 of 6355
Page 3132 of 6355
Form W•9
(Rev. March 2024)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Go to www.irs.gov/FormW9 for instructions and the latest information.
Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.
Give form to the
requester. Do not
send to the IRS.
1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded
entity's name on line 2.)
LJA ENGINEERING, INC
2 Business name/disregarded entity name, if different from above.
<'i
Q) 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to
Cl only one of the following seven boxes. certain entities, not individuals; co
C. □ 0 C corporation 0 S corporation 0 Partnership 0 Trust/estate see instructions on page 3):
C: lndividuaVsole proprietor
0
• Cl) □ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Exempt payee code f,t any) NIA cu c:: ---i:8 Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax
.. I.I
o c classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax
box for the tax classification of its owner. Compliance Act (FATCA) reporting
t: i;; □ Other (see instructions) code(~ any) NIA ·c.S
0. I.I
!i: I.I
3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, (Applies to accounts maintained cu and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check
□ outside the United States.) i this box if you have any foreign partners, owners, or beneficiaries . See instructions
Q) 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) Q) rn
3600 W SAM HOUSTON PKWY S # 600
6 City, state, and ZIP code
HOUSTON, TX 77042
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 I Social security number I
DJJ-[D-1 I I I I backup withholding. For individuals, this is generally your social security number (SSN). However, for a
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 ! Employer identification number
Note: If the account is in more than one name, see the instructions for line 1. See also What Name and
Number To Give the Requester for guidelines on whose number to enter. 7 6 -0 5 4 0 3 2 8
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. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA 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 II, later.
Sign Signature of f .2. 'lfL'"\5
Here u.s. person Date ....J 0(1,0(
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.
What's New
Line 3a has been modified to clarify how a disregarded entity completes
this line. An LLC that is a disregarded entity should check the
appropriate box for the tax classification of its owner. Otherwise, it
should check the "LLC" box and enter its appropriate tax classification.
Cat. No. 10231X
New line 3b has been added to this form. A flow-through entity is
required to complete this line to indicate that it has direct or indirect
foreign partners, owners, or beneficiaries when it provides the Form W-9
to another flow-through entity in which it has an ownership interest. This
change is intended to provide a flow-through entity with information
regarding the status of its indirect foreign partners, owners, or
beneficiaries, so that it can satisfy any applicable reporting
requirements. For example, a partnership that has any indirect foreign
partners may be required to complete Schedules K-2 and K-3. See the
Partnership Instructions for Schedules K-2 and K-3 (Form 1065).
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS is giving you this form because they
Form W-9 (Rev. 3-2024)
Page 3133 of 6355
Page 3134 of 6355
Page 3135 of 6355
Page 3136 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESFISSINGER, KELLIE ANNDo not alter this document in any form.24199 MOUNTAIN VIEW DRLICENSE NUMBER: PE88527EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.BONITA SPRINGS FL 34135Always verify licenses online at MyFloridaLicense.comPage 3137 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESAMICO, DOMINICK J. JR.Do not alter this document in any form.4541 1ST AVENUE NWLICENSE NUMBER: PE39382EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.NAPLES FL 34119Always verify licenses online at MyFloridaLicense.comPage 3138 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESTRYKA, EDWARD F. IIIDo not alter this document in any form.5637 WHISPERING WILLOW WAYLICENSE NUMBER: PE60284EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.FORT MYERS FL 33908Always verify licenses online at MyFloridaLicense.comPage 3139 of 6355
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF LANDSCAPE ARCHITECTURETHE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THEPROVISIONS OF CHAPTER 481, FLORIDA STATUTESGUILLOT, BRENT CULLENDo not alter this document in any form.AGNOLI BARBER & BRUNDAGE INCLICENSE NUMBER: LA6667385EXPIRATION DATE: NOVEMBER 30, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.7400 TRAIL BOULEVARDSUITE 200NAPLES FL 34108Always verify licenses online at MyFloridaLicense.comISSUED: 12/06/2023Page 3140 of 6355
Tab E, Surveying/Mapping Services, Page 11
Page 3141 of 6355
September 9, 2024
ROBERT WARDWELL
3346 TIMBERWOOD CIRCLE
NAPLES, FL 34105
Detach Here
Under the provisions of Chapter 472, Florida Statutes
Professional Surveyor and Mapper License
ROBERT WARDWELL
3346 TIMBERWOOD CIRCLE
NAPLES, FL 34105
This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Statutes.
WILTON SIMPSON
COMMISSIONER OF AGRICULTURE
License No.: LS7576
Expiration Date February 28, 2025
Florida Department of Agriculture and Consumer Services
Division of Consumer Services
Board of Professional Surveyors and Mappers
2005 Apalachee Pkway Tallahassee, Florida 32399-6500
800HELPFLA(435-7352) or (850) 488-2221
Florida Department of Agriculture and Consumer Services
Division of Consumer Services
Board of Professional Surveyors and Mappers
2005 Apalachee Pkway Tallahassee, Florida 32399-6500
SUBJECT: Professional Surveyor and Mapper License # LS7576
Your application / renewal as a professional surveyor and mapper
as required by Chapter 472, Florida Statutes, has been received and
processed.
The license appears below and is valid through February 28, 2025.
You are required to keep your information with the Board current.
Please visit our website at www.800helpfla.com/psm to create your
online account. If you have already created your online account, you
can use the website to maintain your license. You can also find other
valuable information on the website.
If you have any questions, please do not hesitate to call the Division
of Consumer Services, Board of Professional Surveyors and Mappers
at 800-435-7352 or 850-488-2221.
Detach Here
Florida Department of Agriculture
and Consumer Services
Board of Professional Surveyors
and Mappers
LS7576
Professional Surveyor and Mapper
ROBERT WARDWELL
IS LICENSED under the provisions of Ch. 472 FS
Expiration date: February 28, 2025
Page 3142 of 6355
Page 3143 of 6355
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF PROFESSIONAL GEOLOGISTSTHE PROFESSIONAL GEOLOGIST HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 492, FLORIDA STATUTESMCTHENIA, ANDREW WOLFE IIIDo not alter this document in any form.5959 WINKLER ROADLICENSE NUMBER: PG2318EXPIRATION DATE: JULY 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.APT. 108FORT MYERS FL 33919Always verify licenses online at MyFloridaLicense.comISSUED: 09/13/2024Page 3144 of 6355
The Ecological Society of America
Founded 1915
The Ecological Society of America,
upon recommendation of the
Board of Professional Certification, hereby certifies that
John Curtis
meets the requirements as a certified
Senior Ecologist
and is governed by the Society’s Code of Ethics.
Certified by the Ecological Society of America from
August 1, 2023 through August 31, 2028
Chair, Board of Professional Certification President, Ecological Society of America
Page 3145 of 6355
Page 3146 of 6355
Page 3147 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESHOWARD, ERIK LEEDo not alter this document in any form.PO BOX 284LICENSE NUMBER: PE66574EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.FORT OGDEN FL 34267Always verify licenses online at MyFloridaLicense.comPage 3148 of 6355
Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF PROFESSIONAL GEOLOGISTSTHE PROFESSIONAL GEOLOGIST HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 492, FLORIDA STATUTESJOHN, RAHULDo not alter this document in any form.3511 MILAN DRIVELICENSE NUMBER: PG2761EXPIRATION DATE: JULY 31, 2026This is your license. It is unlawful for anyone other than the licensee to use this document.204FORT MYERS FL 33916Always verify licenses online at MyFloridaLicense.comISSUED: 04/08/2024Page 3149 of 6355
Page 3150 of 6355
2
Team Licenses
Oscar Prieto
Page 3151 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESSMITH, LARRY MICHAELDo not alter this document in any form.2161 PALM BEACH LAKES BLVDLICENSE NUMBER: PE45997EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.SUITE 312WEST PALM BEACH FL 33409Always verify licenses online at MyFloridaLicense.comPage 3152 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESPACITTO, CHRISTOPHER J.Do not alter this document in any form.12821 COMMERCE LAKES DRIVE, SUITE 7LICENSE NUMBER: PE59445EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.FORT MYERS FL 33913Always verify licenses online at MyFloridaLicense.comSPECIAL INSPECTOR NUMBER: 59445Page 3153 of 6355
Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESDEPONTO, ANTHONY M.Do not alter this document in any form.6856 GARLAND STLICENSE NUMBER: PE86468EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.FORT MYERS FL 33966Always verify licenses online at MyFloridaLicense.comPage 3154 of 6355
Page 3155 of 6355
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. Failure to provide the applicable
documents may deem you non-responsive/non-responsible.
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.
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 Questionnaire form must be utilized for each requested reference and included with your submittal, if
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.
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.
Copies of all requested licenses and/or certifications to complete the requirements of the project.
All addenda have been signed and attached.
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.
Page 3156 of 6355
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,
https://www.google.com/url?sa=i&url=https%3A%2F%2Fwww.getmyboat.com%2Ftri
ps%2FEYnADpGa%2F&psig=AOvVaw3wpG3cQ4pMJm3KZznlQBtr&ust=1733506235525000&s
ource=images&cd=vfe&opi=89978449&ved=0CBQQjRxqFwoTCLC7iI2UkYoDFQAAAAAdAAA
AABAEpurchase 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 _____ day of January, 2025 in the County of Collier, in
the State of Florida.
Firm’s Legal Name: LJA Engineering, Inc.
Address: 7400 Trail Blvd., Suite 200
City, State, Zip Code: Naples, FL 34108
Florida Certificate of
Authority Document
Number
F15000001316
Federal Tax
Identification Number
*CCR # or CAGE Code
*Only if Grant Funded
_76- 0540328 ____________________________________________________________________
N/A
Telephone: (239) 597-3111
Email: damico@lja.com
Signature by:
(Typed and written)
Title: Dominick J. Amico – Senior Vice President
Page 3157 of 6355
Additional Contact Information
Send payments to:
(required if different from
above)
N/A
Company name used as payee
Contact name:
Title:
Address:
City, State, ZIP
Telephone:
Email:
Office servicing Collier
County to place orders
(required if different from
above)
Contact name: N/A
Title:
Address:
City, State, ZIP
Telephone:
Email:
Page 3158 of 6355
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.
LJA Engineering, Inc.
Company Name
_____________________________________
Signature
Dominick J. Amico, Senior Vice President
Print Name and Title
State of Florida
County of Collier
The foregoing instrument was acknowledged before me by means of X physical presence or ☐ online notarization, this ______ day
of January (month), 2025 (year), by Dominick J. Amico (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
Elise Wilcox
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
___N/A___________________________________
Type of Identification Produced
Page 3159 of 6355
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 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), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, 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.
LJA Engineering, Inc.
Company Name
_____________________________________
Signature
Dominick J. Amico, Senior Vice President
Print Name and Title
State of Florida
County of Collier
The foregoing instrument was acknowledged before me by means of X physical presence or ☐ online notarization, this ______ day
of January (month), 2025 (year), by Dominick J. Amico (name of person acknowledging).
_________________________________________
(Signature of Notary Public)
Elise Wilcox
(Print, Type, or Stamp Commissioned Name of Notary Public)
Personally Known OR Produced Identification
______________________________________
Type of Identification Produced
Page 3160 of 6355
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: < 1 Year as LJA (40+ as Agnoli, Barber & Brundage, Inc.)
Number of Employees (Including Owner(s) or Corporate Officers):_45
Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers): 43
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, I certify that the information shown on this form is correct to my knowledge.
Company Name: LJA Engineering, Inc._________
Date: _____________________________
Address in Collier or Lee County: 7400 Trail Blvd., Suite 200, Naples, FL 34108__________________________
Signature: ____________________________________________
Title: Senior Vice President_____
Page 3161 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation:
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
(Name of Individuals Requesting Reference Information)
Name:
(Evaluator completing reference questionnaire)
Company:
(Evaluator’s Company completing reference)
Email: FAX: Telephone:
Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection
of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have
previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,
with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: ___________________________
Completion Date: _____________________________
Project Budget: _______________________________ Project Number of Days: _______________________
Item 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).
3 Quality of work.
4 Quality of consultative advice provided on the project.
5 Professionalism and ability to manage personnel.
6 Project administration (completed documents, final invoice, final product turnover;
invoices; manuals or going forward documentation, etc.)
7 Ability to verbally communicate and document information clearly and succinctly.
8 Abiltity to manage risks and unexpected project circumstances.
9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.
10 Overall comfort level with hiring the company in the future (customer satisfaction).
TOTAL SCORE OF ALL ITEMS
Page 3162 of 6355
FORM 6
IF APPLICABLE
GRANT PROVISIONS AND ASSURANCES FORMS
ARE PROVIDED IN SEPARATE PACKAGE AND
MUST BE COMPLETED AND EXECUTED IN
ITS ENTIRTY AND RETURNED WITH THE
SUBMISSION OF THE BID/PROPOSAL.
FAILURE TO DO SO MAY DEEM YOU NON-
RESPONSIVE.
Page 3163 of 6355
CONFIRM ALL REQUIRED LICENSES AND
FORMS ARE COMPLETED AND EXECUTED IN
ITS ENTIRTY AND RETURNED WITH THE
SUBMISSION OF THE BID/PROPOSAL.
FAILURE TO DO SO MAY DEEM YOU NON-
RESPONSIVE.
Page 3164 of 6355
County
______ , _ __...� -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� day of January, 2025 in the County of Collier, in
the State of Florida.
Firm's Legal Name:
Address:
City, State, Zip Code:
Florida Certificate of
Authority Document
Nwnber
Federal Tax
Identification Nwnber
*CCR# or CAGE Code
*Only if Grant Funded
Telephone:
Email:
Signature by:
(Typed and written)
Title:
LJA Engineering, Inc.
7400 Trail Blvd., Suite 200
Naples, FL 34108
Fl5000001316
76-0540328
NIA
(239) 597-3111
o;::;:;J/}4
Dominick J. Amico -Senior Vice President
Page 3165 of 6355
Page 3166 of 6355
Page 3167 of 6355
Page 3168 of 6355
Page 3169 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation:
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
(Name of Individuals Requesting Reference Information)
Name:
(Evaluator completing reference questionnaire)
Company:
(Evaluator’s Company completing reference)
Email: FAX: Telephone:
Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection
of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have
previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,
with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: ___________________________ Completion Date: _____________________________
Project Budget: _______________________________ Project Number of Days: _______________________
Item 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).
3 Quality of work.
4 Quality of consultative advice provided on the project.
5 Professionalism and ability to manage personnel.
6 Project administration (completed documents, final invoice, final product turnover;
invoices; manuals or going forward documentation, etc.)
7 Ability to verbally communicate and document information clearly and succinctly.
8 Abiltity to manage risks and unexpected project circumstances.
9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.
10 Overall comfort level with hiring the company in the future (customer satisfaction).
TOTAL SCORE OF ALL ITEMS
Page 3170 of 6355
Page 3171 of 6355
Page 3172 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation: 25-8336
Reference Questionnaire for:
Design Services for Tamiami Wellfield Improvements - Wells 41-49
(Name of Company Requesting Reference Information)
Apex Companies, LLC
(Name of Individuals Requesting Reference Information)
Name:David Hackworth
(Evaluator completing reference questionnaire)
Company: Florida Keys Aqueduct Authority
(Evaluator’s Company completing reference)
Email: dhackworth@fkaa.com FAX: N/A Telephone: (305) 295-2152
Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection
of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have
previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,
with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: Stock Island RO Water Treatment Plant
4 RO Wells – Design and Construction Oversight
Completion Date: 9/2020
Project Budget: $113,000 Project Number of Days: 330
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
Page 3173 of 6355
Procurement Services Division
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitatio n: Design Services for Tamiami Wellfield Improvements, Wells 41-49
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
Laura Herrero
(Name oflndividuals Requesting Reference Infmmation)
Name: Becky Sweigert Company: Lee County
(Evaluato r completing reference questionnaire) (Evaluator's Company completing reference)
Email: rsweigert@leegov.com FAX: (239) 485-8344 Telephone: (239) 533-8552
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. Plea se rate each criteria to the best of your knowledge on a scale of 1 to 10,
with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored "O."
\/1/ild Turkey Strand Site 90 Mitigation Area Project Description: . Ongoing Complet10n Date: ____________ _
Project Budget: _$_1_0_0_, 0_0_0 ______ _Pr . N b fD 4+ yrs, currently ongoing OJect um er o ays: _________ _
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
Apex Companies, LLC
Page 3174 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation: RPS No. 25-8336 Design Services for Tamiami Wellfield Improvements
Reference Questionnaire for:
LJA Engineering, Inc.
(Name of Company Requesting Reference Information)
Kellie Fissinger, P.E.
(Name of Individuals Requesting Reference Information)
Name: Thomas A. Sivert, P.E.
(Evaluator completing reference questionnaire)
Company: Collier County Public Utilities
(Evaluator’s Company completing reference)
Email: Tom.Sivert@colliercountyfl.gov FAX: Telephone: (239) 252-5376
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 t hey 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 repres enting that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: Well 39
Completion Date: Spring 2021
Project Budget: $134,650 Project Number of Days: __730_____________________
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
Page 3175 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation: RPS No. 25-8336 Design Services for Tamiami Wellfield Improvements
Reference Questionnaire for:
LJA Engineering, Inc.
(Name of Company Requesting Reference Information)
Kellie Fissinger, P.E.
(Name of Individuals Requesting Reference Information)
Name: Thomas A. Sivert, P.E.
(Evaluator completing reference questionnaire)
Company: Collier County Public Utilities
(Evaluator’s Company completing reference)
Email: Tom.Sivert@colliercountyfl.gov FAX: Telephone: (239) 252-5376
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 t hey 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 repres enting that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: Well 40
Completion Date: Spring 2023
Project Budget: $211,275 Project Number of Days: ______730_________________
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
Page 3176 of 6355
Form 5 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation: RPS No. 25-8336 Design Services for Tamiami Wellfield Improvements
Reference Questionnaire for:
LJA Engineering, Inc.
(Name of Company Requesting Reference Information)
Kellie Fissinger, P.E.
(Name of Individuals Requesting Reference Information)
Name: Mark Yerger
(Evaluator completing reference questionnaire)
Company: City of Naples
(Evaluator’s Company completing reference)
Email: myerger@naplesgov.com FAX: Telephone: (239) 213- 4727
Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection
of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have
previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,
with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very
unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular
area, leave it blank and the item or form will be scored “0.”
Project Description: Wells 408 & 426
Completion Date: Ongoing
Project Budget: $334,708 Project Number of Days: Ongoing
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
Page 3177 of 6355
Company ID Number:
5-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
THE E-VERIFY
MEMORANDUM OF UNDERSTANDING
FOR WEB SERVICES EMPLOYERS
ARTICLE I
PURPOSE AND AUTHORITY
The parties to this Agreement are the Department of Homeland Security (DHS) and
(Web Services Employer). The purpose of this agreement is to set forth terms and conditions which the Web
Services Employer will follow while participating in E-Verify.
A Web Services Employer is an Employer who verifies employment authorization for its newly hired employees
using a Web Services interface.
E-Verify is a program that electronically confirms a newly hired employee’s authorization to work in the United
States after completion of the Form I-9, Employment Eligibility Verification (Form I-9). This MOU explains
certain features of the E-Verify program and describes specific responsibilities of the Web Services Employer,
DHS, and the Social Security Administration (SSA).
For purposes of this MOU, the “E-Verify browser” refers to the website that provides direct access to the E-Verify
system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify
browser.
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.
Before accessing E-Verify using Web Services access, the Web Services Employer must meet certain technical
requirements. This will require the investment of significant amounts of resources and time. If the Web
Services Employer is required to use E-Verify prior to completion and acceptance of its Web Services interface,
then it must use the E-Verify browser until it is able to use its Web Services interface. The Web Services
Employer must also maintain ongoing technical compatibility with
E-Verify.
DHS accepts no liability relating to the Web Services Employer’s development or maintenance of any Web
Services access system.
Page 1 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
LJA Engineering
1667718
Page 3178 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
ARTICLE II
RESPONSIBILITIES
A. RESPONSIBILITIES OF THE WEB SERVICES EMPLOYER
1. By enrolling in E-Verify and signing the applicable MOU, the Web Services Employer asserts that it is a
legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the
laws, regulations, and DHS policies and procedures relating to the use of E-Verify.
2.The Web Services 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
3. The Web Services Employer agrees to provide to the SSA and DHS the names, titles, addresses, and
telephone numbers of the Web Services Employer representatives to be contacted about E-Verify. The Web
Services Employer also agrees to keep such information current by providing updated information to SSA and
DHS whenever the representatives’ contact information changes.
4. The Web Services Employer agrees to grant E-Verify access only to current employees who need E-Verify
access. Web Services 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.
5. The Web Services Employer agrees to become familiar with and comply with the most recent version of the
E-Verify User Manual. The Web Services Employer will ensure that outdated manuals are promptly replaced
with the new version of the E-Verify User Manual when it becomes available.
6.The Web Services Employer agrees that any person accessing E-Verify on its behalf is trained on the most
recent E-Verify policy and procedures.
7.The Web Services Employer agrees that any of its representatives who will create E-Verify cases will
complete the E-Verify Tutorial before creating any cases.
a.The Web Services Employer agrees that all of its representatives will take the refresher tutorials when
prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will
prevent the Employer Representative from continued use of E-Verify.
8. The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as
required by the E-Verify rules and regulations as modified from time to time.
9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and
policies, commit sufficient personnel and resources to meet the requirements of this MOU.
10.The Web Services Employer agrees to comply with current Form I-9 procedures, with two exceptions:
Page 2 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3179 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
a.If an employee presents a "List B" identity document, the Web Services 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 I-9 process to establish identity.) If an employee objects to the
photo requirement for religious reasons, the Web Services Employer should contact E-Verify at
888-464-4218.
b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766
(Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the
Web Services Employer agrees to make a photocopy of the document and to retain the photocopy with
the employee’s Form I-9. The Web Services 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 I-9.
11.The Web Services Employer agrees to record the case verification number on the employee's Form I-9 or
to print the screen containing the case verification number and attach it to the employee's Form I-9.
12.The Web Services Employer agrees that, although it participates in E-Verify, the Web Services Employer
has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its
employees, or from other requirements of applicable regulations or laws, including the obligation to comply
with the anti-discrimination requirements of section 274B of the INA with respect to Form I-9 procedures.
a.The following modified requirements are the only exceptions to a Web Services 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 a Web Services
Employer confirms the identity and employment eligibility of newly hired employee using E-Verify
procedures, it 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 Web Services
Employer receives a final nonconfirmation for an employee, but continues to employ that person, the
Web Services Employer must notify DHS and the Web Services 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 Web Services Employer continues to employ an employee after receiving
a final nonconfirmation, then the Web Services Employer is subject to a rebuttable presumption that it
has knowingly 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 I-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.
Page 3 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3180 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
13.The Web Services 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 I-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 I-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. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then
the three day time period is not extended. In such a case, the Web Services Employer must use the E-Verify
browser during the outage.
14.The Web Services 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.
15.The Web Services Employer must use E-Verify for all new employees. The Web Services 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 II.B of this MOU.
16.The Web Services Employer agrees to follow appropriate procedures (see Article III below) regarding
tentative nonconfirmations. The Web Services 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 Web Services Employer agrees to provide both the English and the translated notice and letter for
employees with limited English proficiency to employees. The Web Services 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 Web Services Employer must allow e mployees 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.
17. The Web Services 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(l)) that the employee is not work
authorized. The Web Services 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 (including denying, reducing, or extending
Page 4 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3181 of 6355
-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
Company ID Number:
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
Web Services 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).
18. The Web Services Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B 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 Web S ervices 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 Web Services Employer further understands that any violation of the immigration-
related unfair employment practices provisions in section 274B of the INA could subject the Web Services
Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the
Web Services 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 Web Services
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).
19.The Web Services 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 Web Services 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 Web Services Employer who are authorized to
perform the Web Services Employer's responsibilities under this MOU, except for such dissemination as may be
authorized in advance by SSA or DHS for legitimate purposes.
20.The Web Services 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-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when
sending a breach report to E-Verify.
21.The Web Services 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.
Page 5 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3182 of 6355
-Verify
E-VERIFY ISA SERVICE OF DHS AND SSA
Company ID Number:
22.The Web Services 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
reasonable notice, to review Forms I-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.
a.The Web Services Employer agrees to cooperate with DHS if DHS requests information about the Web
Services Employer’s interface, including requests by DHS to view the actual interface operated by the Web
Services Employer as well as related business documents. The Web Services Employer agrees to
demonstrate for DHS the functionality of its interface to E-Verify upon request.
23.The Web Services 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.
24.The Web Services 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.
25.The Web Services 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.
26.The Web Services Employer agrees to complete its Web Services interface no later than six months after
the date the Web Services Employer signs this MOU. E-Verify considers the interface to be complete once it has
bee n built purs uant to th e Interface Control Agre ement (ICA ), sub mitted to E-Ve rify for t est ing, and approved
for system ac cess.
27.The Web Services Employer agrees to perform sufficient maintenance on the Web Services interface in
accordance with the requirements listed in the ICA. These requirements include, but are not limited to,
updating the Web Services interface to ensure that any updates or enhancements are incorporated no later
than six months after the issuance of an ICA. Web Services Employers should be aware that this will require
the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the
satisfaction of DHS and or its assignees.
28.The Web Services Employer agrees that any system or interface it develops will follow the steps for
creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the
User Manual, including but not limited to allowing an employer to close an invalid case where appropriate,
allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a
tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation
Page 6 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3183 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
to the appropriate agency at the time the employer prints the referral letter and provides the letter to the
employee. The Web Services Employer understands that any failure to make its system or interface consistent
with proper E-Verify procedures can result in DHS terminating the Web Services Employer’s agreement and
access.
29. The Web Services Employer understands that if it uses E-Verify procedures for any purpose other than as
authorized by this MOU, the Web Services Employer may be subject to appropriate legal action and termination
of its participation in E-Verify according to this MOU.
B. EMPLOYERS THAT ARE FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE
NOTE: If you do not have any Federal contracts at this time, this section does not apply to your company. In the
future, if you are awarded a Federal contract that contains the FAR E-Verify clause, then you must comply with
each provision in this Section. See 48 C.F.R. 52.222.54 for the text of the FAR E-Verify clause and the E-Verify
Supplemental Guide for Federal Contractors for complete information.
1.If the Web Services 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 S upplemental
Guide for Federal Contractors.
2.In addition to the responsibilities of every employer outlined in this MOU, the Web Services 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 Web Services Employer, the Employer
may not create a second case for the employee through E-Verify.
a.A Web Services 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 Web Services Employer must verify those employees who are working in the United States,
whether or not they are assigned to the contract. Once the Web Services 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 Web S ervices 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.
b.Web Services 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 Web Services Employer is enrolled in E-Verify as a Federal
contractor for 90 calendar days or less at the time of contract award, the Web Services Employer must,
within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires
Page 7 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3184 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
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. A Web Services
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. Web
Services 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, Web Services 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, Web Services 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 Web Services Employer may use a previously completed Form I-9 as the basis for creating an E-Verify
case for an employee assigned to a con tract as long as :
i.That Form I-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 Web Services Employer has reviewed the Form I-9 information either in person or in
communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation
has not changed (including, but not limited to, a lawful permanent resident alien having become a
naturalized U.S. citizen).
f.The Web Services Employer shall complete a new Form I-9 consistent with Article II.A.10 or update the
previous Form I-9 to provide the necessary information if:
i.The Web Services Employer cannot determine that Form I-9 complies with Article
II.A.10,
ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or
iii.The Form I-9 contains no SSN or is otherwise incomplete.
Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with
Article II.A.10, but reflects documentation (such as a U.S. passport or Form I-551) that expired after
completing Form I-9, the Web Services 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.
Page 8 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3185 of 6355
-Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
g.The Web Services 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 Web Services Employer that is not a Federal contractor based
on this Article.
3. The Web Services 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 Web Services
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 Web Services 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 Web Services 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 Web Services 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 a Web Services Employer experiences technical problems, or has a policy question, the Web
Services Employer should contact E-Verify at 1-888-464-4218.
D. RESPONSIBILITIES OF DHS
1.After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the
Web Services Employer access to selected data from DHS databases to enable the Web Services Employer
to conduct, to the extent authorized by this MOU:
a.Automated verification checks on employees by electronic means, and
b.Photo verification checks (when available) on employees.
Page 9 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3186 of 6355
-Verify
E-VERIFY IS A SERVICE OF DHSAND SSA
Company ID Number:
2.DHS agrees to provide to the Web Services Employer appropriate assistance with operational problems that
may arise during the Web Services Empl oyer's participati on in the E-Verify program. DHS agrees to provide the
Web Services Employer names, titles, addresses, and telephone numbe rs of DHS representatives to be
contacted during the E-Verify process.
3.DHS agrees to make available to the Web Services Employer at the E-Verify Web site
www.E-Verify.gov and on the E-Verify Web br owser (https://e-verify.uscis.gov/emp/), instructi onal materials on
E-Verify policies, procedures and requirements for both SSA and DHS , inc luding rest rictions on the use of E-
Verify. DHS agrees to prov ide tr aining materials on E-Verify.
4.DHS agrees to provide to the Web Services Employer a notice that indicates the Web Services Employer's
participation in the E-Verify program. DHS also agrees to provide to the Web Services Employer anti-
discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment
Practices (OSC), Civil Rights Division, U.S. Department of Justice.
5.DHS agrees to issue the Web Services Employer a user identification number and password that permits the
Employer to verify information provided by its employees with DHS.
6.DHS agrees to safeguard the information provided to DHS by the Web Services Employer, and to limit
access to such information to individuals responsible for the verification of employees’ employment eligibility
and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by
applicable law. Information will be used only to verify the accuracy of Social Security Numbers and
employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal or anti-
discrimination laws, and to administer Federal contracting requirements.
7.DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA
verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment
eligibility within three Federal Government work days of the initial inquiry.
8.DHS agrees to provide a means of secondary verification (including updating DHS records as necessary) for
employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations
that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility
within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than
10 days may be necessary. In such cases, DHS will provide additional verification instructions.
9.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA). This
document will provide technical requirements that the Web Services Employer must meet to create and
maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information
system that provides immigration status verification for government agencies and verification of employment
authorization for employers participating in E-Verify.
10.DHS agrees to provide periodic system enhancements to improve the ease and accuracy of E-Verify, as
needed. DHS will also provide E-Verify enhancements to comply with applicable laws and regulations. As
enhancements occur, Web Services Employers must update their Web Services interface to reflect
Page 10 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3187 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services Employer
with an ICA to support the E-Verify release whenever system enhancements are required.
11.DHS agrees to provide to the Web Services Employer guidance on breach notification and a means by
which the Web Services Employer can report any and all suspected or confirmed breaches of owned or used
systems or data spills related to E-Verify cases. At this time, if the Employer encounters a suspected or
confirmed breach or data spill, it should contact E-Verify at 1-888-464-4218.
12.In the event the Web Services Employer is subject to penalties, DHS will issue a Notice of Adverse Action
that describes the specific violations if it intends to suspend or terminate the employer’s Web Services
interface access. The Web Services Employer agrees that DHS shall not be liable for any financial losses to the
Web Services Employer, its employees, or any other party as a result of your account suspension or
termination and agrees to hold DHS harmless from any such claims.
ARTICLE III
REFERRAL OF INDIVIDUALS TO SSA AND DHS
A. REFERRAL TO SSA
1.If the Web Services Employer receives a tentative nonconfirmation issued by SSA, the Web S ervices
Employer must print the notice and promptly provide it to the employee so that the employee may determine
whether he or she will contest the tentative nonconfirmation. The Web Services Employer must review the
tentative nonconfirmation with the employee in private. After the notice has been signed, the Web Services
Employer must give a copy of the signed notice to the employee and attach a copy to the employee’s Form I-9.
2.The Web Services Employer will refer employees to SSA field offices only as directed by the automated
system based on a tentative nonconfirmation, and only after the Web Services Employer records the case
verification number, reviews the input to detect any transaction errors, and determines that the employee
contests the tentative nonconfirmation. The Web Services Employer will transmit the Social Security Number
to SSA for verification again if this review indicates a need to do so. The Web Services Employer will determine
whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives
it.
3.If the employee contests an SSA tentative nonconfirmation, the Web Services Employer will provide the
employee with a system-generated referral letter and 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 Web Services
Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days
is necessary. The Employer agrees to check the E-Verify system regularly for case updates.
4.The Web Services Employer agrees not to ask the employee to obtain a printout from the Social Security
Number database (the Numident) or other written verification of the Social Security Number from the SSA.
Page 11 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3188 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
B. REFERRAL TO DHS
1.If the Web Services Employer receives a tentative nonconfirmation issued by DHS, the Web Services
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 Web Services Employer also agrees
to provide both the English and the translated notice and letter for employees with limited English proficiency
to employees. The Web Services 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 Web Services Employer agrees to obtain the employee’s response about whether he or she will contest
the tentative nonconfirmation as soon as possible after the Web Services Employer receives the tentative
nonconfirmation. Only the employee may determine whether he or she will contest the tentative
nonconfirmation.
3.The Web Services 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 Web Services Employer will
instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight
Federal Government work days.
5.If the Web Services Employer finds a photo mismatch, the Web Services 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 Web Services Employer agrees that if an employee contests a tentative nonconfirmation based upon a
photo mismatch, the Web Services Employer will send a copy of the employee’s Form I-551, Form I-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 Web Services 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 Web Services 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 Web Services Employer agrees to check the E-Verify system regularly for
case updates.
10.DHS agrees to provide the Web Services Employer with an Interface Control Agreement (ICA).
Page 12 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3189 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
This document will provide technical requirements that the Web Services Employer must meet to create and
maintain a Web Services interface to the Verification Information System (VIS). VIS is a composite information
system that provides immigration status verification for government agencies and verification of employment
authorization for employers participating in E-Verify.
11. DHS agrees to provide periodic system enhancements to improve the ease and accuracy of
E-Verify, as needed. DHS will also provide E-Verify enhancements to comply with applicable laws and
regulations. As enhancements occur, Web Services Employers must update their Web Services interface to
reflect system changes within the timelines specified in Article V.A.1. DHS will provide the Web Services
Employer with an ICA to support the E-Verify release whenever system enhancements are required.
ARTICLE IV
SERVICE PROVISIONS
A. NO SERVICE FEES
1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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
SYSTEM SECURITY AND MAINTENANCE
A. DEVELOPMENT REQUIREMENTS
1.Software developed by Web Services Employers must comply with federally-mandated information
security policies and industry security standards to include but not limited to:
a. Public Law 107-347, "E-Government Act of 2002, Title III, Federal Information Security Management
Act (FISMA)," December 2002.
b. Office of Management and Budget (OMB) Memorandum (M-10-15), "FY 2010 Reporting Instructions for
the Federal Information Security Management Act and Agency Privacy Management," April 2010.
c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal
Information Processing Standards Publication (FIPS).
d. International Organization for Standardization/International Electrotechnical Commission
(ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information
Security Management.
2.The Web Services Employer agrees to update its Web Services interface to the satisfaction of DHS or its
assignees to reflect system enhancements within six months from the date DHS notifies the Web Services
User of the system update. The Web Services User will receive notice from DHS in the form
Page 13 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3190 of 6355
Verify
E-VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
of an Interface Control Agreement (ICA). The Web Services Employer agrees to institute changes to its
interface as identified in the ICA, including all functionality identified and all data elements detailed
therein.
3.The Web Services Employer agrees to demonstrate progress of its efforts to update its Web Services
interface if and when DHS requests such progress reports.
4.The Web Services Employer acknowledges that if its system enhancements are not completed to the
satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services Employer of
the system update, then the Web Services Employer’s E-Verify account may be suspended, and support for
previous releases of E-Verify may no longer be available to the Web Services Employer. The Web Services
Employer also acknowledges that DHS may suspend its account after the six-month period has elapsed.
5.The Web Services Employer agrees to incorporate error handling logic into its development or software to
accommodate and act in a timely fashion should an error code be returned.
6.The Web Services Employer agrees to complete the technical requirements testing which is confirmed
upon receiving approval of test data and connectivity between the Web Services Employer and DHS.
7.DHS will not reimburse any Web Services Employer or software developer who has expended resources in
the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to
meet any of the requirements set forth in this MOU.
8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take
place outside the United States and its territories, but testing must be conducted to ensure that the code is
correct and secure.
9.Tf the Web Services Employer includes an electronic Form I-9 as part of its interface, then it must comply
with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e).
B. INFORMATION SECURITY REQUIREMENTS
Web Services Employers performing verification services under this MOU must ensure that information that is
shared between the Web Services Employer and DHS is appropriately protected comparable to the protection
provided when the information is within the DHS environment [OMB Circular A-130 Appendix III].
To achieve this level of information security, the Web Services Employer agrees to institute the following
procedures:
1. Conduct periodic assessments of risk, including the magnitude of harm that could result from the
unauthorized access, use, disclosure, disruption, modification, or destruction of information and information
systems that support the operations and assets of the DHS, SSA, and the Web Services Employer;
Page 14 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3191 of 6355
-Verify
E•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information
security risks to an acceptable level, and ensure that information security is addressed throughout the life
cycle of each organizational information system;
3.Implement subordinate plans for providing adequate information security for networks, facilities,
information systems, or groups of information systems, as appropriate;
4.Conduct security awareness training to inform the Web Services Employer’s personnel (including
contractors and other users of information systems that support the operations and assets of the
organization) of the information security risks associated with their activities and their responsibilities in
complying with organizational policies and procedures designed to reduce these risks;
5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures,
practices, and security controls to be performed with a frequency depending on risk, but no less than once per
year;
6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address
any deficiencies in the information security policies, procedures, and practices of the organization;
7.Implement procedures for detecting, reporting, and responding to security incidents;
8.Create plans and procedures to ensure continuity of operations for information systems that support the
operations and assets of the organization;
9.In information-sharing environments, the information owner is responsible for establishing the rules for
appropriate use and protection of the subject information and retains that responsibility even when the
information is shared with or provided to other organizations [NIST SP 800-37].
10.DHS reserves the right to restrict Web Services calls from certain IP addresses.
11.DHS reserves the right to audit the Web Services Employer’s application.
12.Web Services Employers agree to cooperate willingly with the DHS assessment of information security
and privacy practices used by the company to develop and maintain the software.
C. DATA PROTECTION AND PRIVACY REQUIREMENTS
1.Web Services Employers must practice proper Internet security; this means using HTTP over SSL/TLS
(also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet
security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a
basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by
attackers as messages traverse the Internet and is not independently designed with all the necessary security
protocols for E-Verify use.
2.In accordance with DHS standards, the Web Services Employer agrees to maintain physical, electronic,
and procedural safeguards to appropriately protect the information shared under this MOU
Page 15 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3192 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion.
3.Any data transmission requiring encryption shall comply with the following standards:
•Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit
encryption that has been validated under FIPS 140-2.
•NSA Type 2 or Type 1 encryption.
4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will
be done only through authorized Web Services Employer representatives identified above.
5.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not yet
upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition,
Web Services Employers whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 agree to use
the E-Verify browser until the system upgrade is completed.
6.The Web Services Employer agrees to use the E-Verify browser instead of its own interface if it has not
completed updates to its system to the satisfaction of DHS or its assignees within six months from the date
DHS notifies the Web Services Employer of the system update. The Web Services Employer can resume use of
its interface once it is up-to-date, unless the Web Services Employer has been suspended or terminated from
continued use of the system.
D. COMMUNICATIONS
1.The Web Services Employer agrees to develop an electronic system that is not subject to any agreement or
other requirement that would restrict access and use by an agency of the United States.
2.The Web Services Employer agrees to develop effective controls to ensure the integrity, accuracy and
reliability of its electronic system.
3.The Web Services Employer agrees to develop an inspection and quality assurance program that regularly
(at least once per year) evaluates the electronic system, and includes periodic checks of electronically stored
information. The Web Services Employer agrees to share the results of its regular inspection and quality
assurance program with DHS upon request.
4.The Web Services Employer agrees to develop an electronic system with the ability to produce legible
copies of applicable notices, letters, and other written, photographic and graphic materials.
5.All information exchanged between the parties under this MOU will be in accordance with applicable laws,
regulations, and policies, including but not limited to, information security guidelines of the sending party
with respect to any information that is deemed Personally Identifiable Information (PII), including but not
limited to the employee or applicant’s Social Security number, alien number, date of birth, or other
information that may be used to identify the individual.
6.Suspected and confirmed information security breaches must be reported to DHS according to Article
V.C.1. Reporting such breaches does not relieve the Web Services Employer from further
Page 16 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3193 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
requirements as directed by state and local law. The Web Services Employer is subject to applicable state laws
regarding data protection and incident reporting in addition to the requirements herein.
E. SOFTWARE DEVELOPMENT RESTRICTIONS
1.DHS reserves the right to terminate the access of any software developer with or without notice who creates or
uses an interface that does not comply with E-Verify procedures.
2.Employers are prohibited from Web Services Software development unless they also create cases in E-Verify to
verify their new hires’ work authorization. Those pursuing software development without intending to use E-Verify
are not eligible to receive an ICA. At this time, E-Verify does not permit Web Services software development without
also being a Web Services Employer or Web Services E-Verify E mployer Agent.
F. PENALTIES
1.The Web Services Employer agrees that any failure on its part to comply with the terms of the MOU may result in
account suspension, termination, or other adverse action.
2.DHS is not liable for any financial losses to Web Services Employer, its clients, or any other party as a result of
account suspension or termination.
ARTICLE VI
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.
B. TERMINATION
1.The Web Services 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 Web Services
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 Web Services Employer, or a failure on the part of either party to comply with
established E-Verify procedures and/or legal requirements. The Web Services Employer understands that if it is a
Federal contractor, termination of this MOU by any party for any reason may negatively affect
Page 17 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3194 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
the performance of its contractual responsibilities. Similarly, the Web Services 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 Web Services
Employer’s business.
3.A Web Services 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 Web Services Employer must provide
written notice to DHS. If the Web Services Employer fails to provide such notice, then that Web Services 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 Web Services Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services
Employer or the Employer is terminated from E-Verify.
ARTICLE VII
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 Web Services Employer, its agents, officers, or employees.
C.The Web Services 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 Web Services 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 Web Services Employer.
E.The Web Services 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, 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 Web Services Employer and DHS respectively. The Web Services Employer understands that any inaccurate
statement, representation, data or other information provided to DHS may subject the Web Services Employer,
Page 18 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3195 of 6355
Verify
E-VERIFV ISA SERVICE OF DH SAND SSA
Company ID Number:
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 Web Services Employer.
Approved by:
Web Services Employer
Name (Please Type or Print) Title
Signature Date
Department of Homeland Security – Verification Division
Name (Please Type or Print) Title
Signature Date
Page 19 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
USCIS Verification Division
04/09/2021
Julie Jordan
Electronically Signed
LJA Engineering
04/09/2021
Electronically Signed
1667718
Page 3196 of 6355
Verify
E-VERIFV ISA SERVICE OF DH SAND SSA
Company ID Number:
Information Required for the E-Verify Program
Information relating to your Company:
Company Name
Company Facility Address
Company Alternate Address
County or Parish
Employer Identification Number
North American Industry
Classification Systems Code
Parent Company
Number of Employees
Number of Sites Verified for
Page 20 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
LJA Engineering
LJA Engineering
HARRIS
541
1,000 to 2,499
1667718
3600 W Sam Houston Parkway S
Suite 600
Houston, TX 77042
760540328
1 site(s)
Page 3197 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State:
Page 21 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
TX 1
1667718
Page 3198 of 6355
-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
Information relating to the Program Administrator(s) for your Company on policy questions or
operational problems:
Page 22 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
Email
Email
Email
7133804449
7139535178
Michael DiClemente
Julie Jordan
7139535265
Sandra Hernandez
7139535025
1667718
Name
Name
Name
Phone Number
Phone Number
Phone Number
Fax
Fax
Fax
mdiclemente@lja.com
shernandez@lja.com
jjordan@lja.com
Page 3199 of 6355
5-Verify
£•VERIFY IS A SERVICE OF OHS AND SSA
Company ID Number:
This list represents the first 20 Program Administrators listed for this company.
Page 23 of 23 E-Verify MOU for Web Services Employers | Revision Date 06/01/13
1667718
Page 3200 of 6355
Form W•9
(Rev. March 2024)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Go to www.irs.gov/FormW9 for instructions and the latest information.
Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below.
Give form to the
requester. Do not
send to the IRS.
1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded
entity's name on line 2.)
LJA ENGINEERING, INC
2 Business name/disregarded entity name, if different from above.
<'i
Q) 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to
Cl only one of the following seven boxes. certain entities, not individuals; co
C. □ 0 C corporation 0 S corporation 0 Partnership 0 Trust/estate see instructions on page 3):
C: lndividuaVsole proprietor
0
• Cl) □ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Exempt payee code f,t any) NIA cu c:: ---i:8 Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax
.. I.I
o c classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate Exemption from Foreign Account Tax
box for the tax classification of its owner. Compliance Act (FATCA) reporting
t: i;; □ Other (see instructions) code(~ any) NIA ·c.S
0. I.I
!i: I.I
3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, (Applies to accounts maintained cu and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check
□ outside the United States.) i this box if you have any foreign partners, owners, or beneficiaries . See instructions
Q) 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) Q) rn
3600 W SAM HOUSTON PKWY S # 600
6 City, state, and ZIP code
HOUSTON, TX 77042
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 I Social security number I
DJJ-[D-1 I I I I backup withholding. For individuals, this is generally your social security number (SSN). However, for a
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 ! Employer identification number
Note: If the account is in more than one name, see the instructions for line 1. See also What Name and
Number To Give the Requester for guidelines on whose number to enter. 7 6 -0 5 4 0 3 2 8
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. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA 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 II, later.
Sign Signature of f .2. 'lfL'"\5
Here u.s. person Date ....J 0(1,0(
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.
What's New
Line 3a has been modified to clarify how a disregarded entity completes
this line. An LLC that is a disregarded entity should check the
appropriate box for the tax classification of its owner. Otherwise, it
should check the "LLC" box and enter its appropriate tax classification.
Cat. No. 10231X
New line 3b has been added to this form. A flow-through entity is
required to complete this line to indicate that it has direct or indirect
foreign partners, owners, or beneficiaries when it provides the Form W-9
to another flow-through entity in which it has an ownership interest. This
change is intended to provide a flow-through entity with information
regarding the status of its indirect foreign partners, owners, or
beneficiaries, so that it can satisfy any applicable reporting
requirements. For example, a partnership that has any indirect foreign
partners may be required to complete Schedules K-2 and K-3. See the
Partnership Instructions for Schedules K-2 and K-3 (Form 1065).
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS is giving you this form because they
Form W-9 (Rev. 3-2024)
Page 3201 of 6355
State of Florida
Department of State
I certify from the records of this office that LJA ENGINEERING,INC.is a
Texas corporation authorized to transact business in the State of Florida,
qualified on March 17,2015.
The document number of this corporation is F15000001316.
I further certify that said corporation has paid all fees due this office through
December 31,2024,that its most recent annual report/uniform business report
was filed on February 2,2024,and that its status is active.
I further certify that said corporation has not filed a Certificate of Withdrawal.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Eighth day of August,2024
Tracking Number:4457025430CU
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Page 3202 of 6355
Page 3203 of 6355
Page 3204 of 6355
Page 3205 of 6355
Page 3206 of 6355
Page 3207 of 6355
Page 3208 of 6355
Page 3209 of 6355
Page 3210 of 6355
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
REQUEST FOR PROFESSIONAL SERVICES (RPS)
In accordance with Florida Statute 287.055
Consultants’ Competitive Negotiation Act
FOR
Design Services for Tamiami Wellfield Improvements - Wells 41-49
RPS NO.: 25-8336
MATTHEW WEBSTER, PROCUREMENT STRATEGIST
PROCUREMENT SERVICES DIVISION
3295 TAMIAMI TRAIL EAST, BLDG C-2
NAPLES, FLORIDA 34112
TELEPHONE: (239) 252-8491
Matthew.Webster@colliercountyfl.gov (Email)
This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any
alterations to this document made by the Consultant may be grounds for rejection of proposal,
cancellation of any subsequent award, or any other legal remedies available to the Collier County
Government.
Page 3211 of 6355
SOLICITATION PUBLIC NOTICE
REQUEST FOR PROFESSIONAL
SERVICES (RPS) NUMBER:
25-8336
PROJECT TITLE: Design Services for Tamiami Wellfield Improvements - Wells 41-49
PRE-PROPOSAL CONFERENCE: December 06, 2024 at 1:30 P.M. EST
LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East,
Bldg. C-2, Naples, FL 34112
RPS OPENING DAY/DATE/TIME: January 3, 2024 at 3:00 P.M. EST
PLACE OF RPS OPENING: Procurement Services Division
3295 Tamiami Trail East, Bldg. C-2
Naples, FL 34112
All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System:
https://procurement.opengov.com/
INTRODUCTION
As requested by the Engineering and Project Management Division (hereinafter, the “Division or Department”), the Collier County
Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional
Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the
terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the
Specifications or Scope of Work stated.
The results of this solicitation may be used by other County departments once awarded according to the Board of County
Commissioners Procurement Ordinance, as amended.
BACKGROUND
The Engineering and Project Management Division (EPMD) of the Public Utilities Department (PUD) has program areas funded
annually for the evaluation and upgrading of the Raw Water Wellfield System throughout Collier County. The County has permitted
through the South Florida Water Management District (SFWMD) to construct nine (9) new reliability Tamiami wells as part of the
consumptive use permit. The project needs to drill and construct new Tamiami wells, including but not limited to, raw water main,
above ground piping and appurtenances site improvements, electrical conduit & conductor improvements and SCADA
improvements.
The purpose of this solicitation is to select a qualified engineering firm (EOR) to provide design, bidding, and construction phase
services identified in the scope of work below. This work also includes coordinating with other PUD and Transportation Management
Services Department (TMSD) staff to complete the construction of CCWSD’s Tamiami Wellfield infrastructure improvements in
this area.
TERM OF CONTRACT
The County reserves the right to modify this scope during negotiations for budgetary reasons.
The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance
and approval of the final payment.
Prices shall remain firm for the term of the awarded contract.
Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the
pricing structure.
DETAILED SCOPE OF WORK
The proposing firm’s designated staff (and their alternates) shall have experience providing water and well design services, a thorough
understanding of the Collier County Utilities Standards Manual, and be familiar with the Florida Department of Environmental
Protection (FDEP) requirements as applicable to the project scope of work.
Design and Construction Administration services needed include, but are not limited to:
Page 3212 of 6355
A. Raw Water Main Design
- Installation of raw water main from well site and connect to existing raw water main system.
B. Well Improvements Design
- Well drilling including casing pipe
- Pumps and other well appurtenances
- Above ground piping and appurtenances
- Piping from the well site to the underground raw water main
- Install pig launcher piping as required
- Structural design as required
C. Electrical & SCADA/IT Improvements
- Design conduit/conductors for as required to accommodate proposed new wells construction
- Design SCADA/IT conduit & fiber as required to accommodate proposed new well construction
- Structural design as required
1. Preliminary Engineering Design
TASK 1.1 – Project Start-up
a. Initial Kick-Off Meeting – The EOR will organize an initial kick-off meeting with COUNTY staff to review the project
scope, project objectives/goals, project standards and project schedule for completing the work. The EOR team shall
prepare a project agenda and written meeting minutes summarizing the discussion and the project action plan.
b. Initial Project Timeline – EOR team will prepare an initial project timeline and submit to COUNTY staff at the Initial
Kick-Off Meeting. The EOR team shall update the schedule monthly throughout the duration of the project and shall
provide a copy of the updated schedule to COUNTY staff at their request.
c. Gather and review record drawings of existing utilities and existing well sites within the project corridor.
TASK 1.2 – Hydraulic Analysis
a. Perform and review available raw water hydraulic model and identify potential impacts the proposed construction will
create and provide the respective solutions.
TASK 1.3 –Surveying Services
Complete all the necessary survey needed for the proposed improvements within the limits of the project, road right-of-way or
applicable easements. Survey tasks may include, but are not limited to:
a. Establishment vertical and horizontal controls. throughout project area. Elevations will be in NAVD 1988 Datum and
Coordinates will be State Plane 83 for the Florida West Zone. The conversion from NAVD 1988 to NGVD 29 will be
clearly identified on each plan sheet.
b. Complete a boundary and topographic survey as required to complete the design scope of the proposed improvements.
Utilize local (Collier County) knowledgeable registered land surveyors to determine all the easements and/or property
boundaries; collect and record the limits of property or easement boundaries as well as the physical location of the
existing infrastructure components. As part of this task, call Sunshine State One-Call System to have the existing
utilities located and to determine utility ownership (water, irrigation quality water gas, electric, force mains, etc.) prior
to performing any field survey efforts. The survey shall collect, but not be limited to, the following items as required
and/or applicable.
• Existing utilities, both above ground and below ground
• Existing Stormwater Management pipes (size and type), swales, channels structures
• Existing driveways
• Existing trees
• Existing mailboxes
• Fencing/Bollards (conditions and sufficiency for future expansion)
• Landscaping (code considerations) and irrigation facilities
• Right of Way & Roadway Cross Sections every 50 feet
• County Utilities Easement boundaries
c. Submittal of two (2) full size and one (1) half size copies of the boundary and topographic survey to COUNTY staff.
Page 3213 of 6355
Submit an AutoCAD file (dwg) of the boundary and topographic survey to COUNTY staff. The boundary and
topographic map shall include the latest aerial photography as a background.
d. Prepare any necessary temporary and permanent construction easements
TASK 1.4 - Geotechnical Investigation
a. Perform all necessary soil borings within project area to install proposed improvements. Soil borings shall be completed
as per the latest ASTM standards.
b. Prepare a complete geotechnical investigation report detailing soil conditions, water table elevations, soil classifications,
rock elevation and other items that will affect the construction. Report shall also include recommendation from
geotechnical engineer on bedding material, subsurface conditions and any other items that pertain to the construction
project.
c. EOR team shall submit two (2) signed and sealed reports to COUNTY Staff.
TASK 1.5 - Soft Dig Investigation
a. Meet with COUNTY Staff on-site to review procedures to complete the soft dig investigations.
b. Excavate existing utilities within the project area to include, but not limited to, horizontal and vertical location of
existing utility pipe, type of utility pipe, size of utility pipe, utility pipe material and condition of existing pipe material.
EOR team will call Sunshine One if the utility mark-ups need to be refreshed. Soft dig investigations shall be performed
using an approved air/vacuum piece of equipment that will keep the disturbance to a minimum and shall not damage
any existing facilities.
c. Field mark all existing utilities found either by wooden lathes or by marking on the pavement (nail & paint). Marks
need to remain during the design phase, but lathes need to be removed after the final plans have been approved.
d. EOR team shall repair all excavation holes in the natural ground and/or pavement to a condition as equal to or better
than the original condition.
e. EOR team shall provide one (1) full size, one (1) half size plan and AutoCAD file (dwg format) of the soft dig
investigation in the project area to COUNTY Staff.
TASK 1.6 - Preliminary Plans Preparation
The EOR shall prepare preliminary construction plans:
a. Incorporate all record drawings within the project area, geotechnical investigation, and the soft dig investigation into
the preliminary construction plans.
b. Incorporate the boundary and topographic survey into the preliminary construction plans.
c. Incorporate proposed temporary and permanent construction easements
d. Prepare preliminary construction plans detailing the proposed improvements within the project area. Include on these
plans the survey work, soft dig investigation work, any pertinent geotechnical information, and the aerial photo in the
background. The profile view does not need to be completed.
e. Submit three (3) full size and one (1) half size of the preliminary construction plans at least two (2) weeks prior to the
meeting with COUNTY Staff.
f. Organize and conduct a plan review meeting with COUNTY staff to discuss the preliminary construction plans. Revise
construction plans as required to reflect the COUNTY’S comments.
2. Design
Task 2.1 Final Design and Permitting Phase
a. Based on the accepted preliminary construction plans, EOR will prepare final drawings and specifications, which
provide the general scope, extent, and character of the work to be furnished, and performed by the Contractor.
Consultant will prepare and submit drawings and specifications at the appropriate stages for review and approval. An
Page 3214 of 6355
engineer’s opinion of probable construction cost will accompany each submittal. EOR shall meet with the COUNTY’s
design and operations staff and obtain their written acceptance (signature approval) of the work completed to date.
b. Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in
MS Word format. In addition to technical specifications, EOR will coordinate with COUNTY staff to develop necessary
General Conditions, Supplemental Conditions, and Special Provisions Specifications specifically for the project being
constructed and recollection of all lessons learned of similar completed projects. Standard Collier County Specifications
may be used for reference, but the Engineer shall not rely on them as a replacement for sound engineering judgment
and responsibility. Current County Right-of-Way construction specifications shall be utilized. Documents shall include
drawings and project specifications ready for bidding, consistent with Collier County standards, including, but not
limited to, the following or as approved by the County Project Manager:
Cover sheet, index, and key map
Civil Site Plan including fencing and landscaping
Existing Conditions map
Civil Details
Demolition Plan
Infrastructure Plan and Profile Sheets
Electrical Plan Sheets
SCADA Plan Sheets
Civil, Mechanical, Electrical and SCADA Details
Well drilling and construction Plan and Profiles sheets
c. Prepare applications for all Right-of-Way permits and Insubstantial Change to a Site Improvement Plan when required
from Collier County Growth Management Division and respond to requests for additional information. Prepare all
other required permit applications. Permitting fees will be paid by the COUNTY.
d. Furnish copies of Contract Documents that include engineering drawings, specifications, bid schedule, opinion of
probable cost, contractor qualifications, number of construction days for review. Present and review them in person
with COUNTY staff in accordance with the project schedule and make appropriate changes as requested.
e. Prepare a permit application for submittal to the Florida Department of Environmental Protection (FDEP) and provide
backup documentation including drawings and specifications. Respond to all requests for additional information (RAI)
from the FDEP. Permitting fees will be paid by the EOR team and reimbursed by the COUNTY.
f. Permit application for submittal to the South Florida Water Management District (SFWMD) and/or Big Cypress Basin
Respond to all requests for additional information (RAI) from the SFWMD. Permitting fees will be paid by the EOR
team and reimbursed by EPMD.
g. Prepare permit application for submittal to the United States Army Corps of Engineers (USACOE) any jurisdiction
necessary to construct and place into service the proposed utility improvements. Provide backup documentation
including drawings and specifications. Respond to all requests for additional information (RAI) from the USACOE
Permitting fees will be paid by the EOR team and reimbursed by EPMD.
h. South Florida Water Management District (SFWMD) Notice General or Individual permit and dewatering permit as
applicable.
i. Preparation of Notice of Intent (NOI) to use the Generic Permit for Discharge of Ground Water as applicable.
Task 2.2 Bidding and Award Phase
Except for the following, bid/quote services will be performed by the Collier County Procurement Division. EOR will assist the
County with the following:
a. Respond to bidders’ questions, prepare addenda, interpret, clarify, or expand the bidding documents, as required.
b. Attend and participate in the pre-bid meeting.
c. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other
persons and organizations proposed by the prime contractor for those portions of the work in accordance with bidding
documents.
d. Consult with the County concerning, and determine the acceptability of, substitute material and equipment proposed by
Page 3215 of 6355
the Contractor when substitution prior to the award of contracts is allowed by the bidding documents.
e. Attend the bid opening, review bids and bidder’s qualifications.
f. Provide a recommendation letter of award along with a “Reference Log” showing date, time, and comments of all
contacted references provided by the prospective contractor in accordance with Procurement policy.
3. Consultation Services During Construction
Task 3.1 – Construction Administration
a. Pre-Construction Meeting - The EOR will chair the pre-construction meeting to review the project scope, discuss project
submittals and identify issues that need to be addressed prior to the project commencement. The EOR will prepare a
draft agenda at least two business days in advance of the pre-construction meeting for County review. The EOR shall
issue minutes of the preconstruction meeting within two days after the meeting to all attendees and Project Delivery
Team.
b. Construction Observation – For each well site, anticipate up to seven site inspection visits to observe the Contractor’s
progress on above ground equipment. Full‐time construction observation (for up to 8 hour per day for up to 6 days)
during drilling of the new well, including but not limited to, drilling, installation of the casing and a step drawdown test.
The CONSULTANT will prepare daily reports on the well driller’s progress and distribute them to the project team.
c. Construction Progress Meetings – The EOR will chair the weekly/bi-weekly progress meetings to review project status
and identify issues that may affect the project. The EOR will prepare a draft agenda at least two business days in
advance of each meeting for County review. The EOR shall issue minutes of construction progress meetings within two
days after the meeting to all attendees and project Delivery Team.
d. Submittals/Shop Drawing Reviews - EOR shall review, approve, or take other appropriate action of submittals, shop
drawings, samples and other data which Contractor is required to submit. Such reviews and approvals or other action
will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and
programs incident thereto. Review of a specific item shall not indicate the EOR has reviewed the entire assembly of
which the item is a component. EOR shall not be required to review partial submissions or those for which submissions
of correlated items have not been received. EOR shall maintain a complete log of all submittals of submittals/shop
drawings, noting the dates of first submittal and subsequent reviews and resubmittals, and approval.
e. Or-Equal Materials - EOR shall evaluate and determine the acceptability of substitute or “or-equal” materials and
equipment proposed by Contractor.
f. Project Schedule - The EOR shall be responsible for the review and acceptance of the Contractor’s progress schedule.
The EOR shall review the schedule to ensure that all general work efforts are addressed, that the schedule is following
a logical approach to the job, that it is following sound engineering and construction practices and that it identifies all
critical path work. The EOR shall monitor the schedule as required to ensure schedule compliance and after a review
with the Contractor, advise the County Project Manager of any areas where the Contractor appears to be falling behind.
g. Project Pay Applications - The EOR shall review and approve/reject any payment requested by the contractor in an
Application for Payment before the pay application is submitted to the Clerk’s office. EOR shall review cashflow
submitted by the Contractor. Payment shall constitute a representation by the EOR to the COUNTY based on the
construction inspector’s on-site observations of the work in progress as an experienced and qualified construction
professional and on the EOR’s review of the applications for payment and the accompanying data and schedules that
the work has progressed to the point indicated; that to the best of the EOR’s knowledge, information and belief, the
quality of the work is in accordance with the Contract Documents and that the Contractor is entitled or is not entitled to
the payment of the amount recommended. The EOR will process pay requests in accordance with the Florida Prompt
Payment Act. All incoming pay requests processed by the EOR shall be mechanically stamped with the date received.
h. Request for Information - EOR shall review and respond to all Requests for Information (RFI’s) that the Contractor
submits. If required, EOR shall prepare work directives as required to address any changes to the contract documents
for issuance by the County Project Manager to the contractor. EOR shall maintain a complete log of all RFIs, noting
the dates of first submittal and subsequent reviews and resubmittals, and approval.
i. Change Orders & Work Directives - EOR shall prepare all Change Orders and Work Change Directives during the
project for the County Project Manager’s review and approval.
j. Review the pre-construction video and pictures assessment book provided by the contractor. Generate a list of issues
and submit to the County Project Manager no later than two (2) business days after receiving the materials from the
Page 3216 of 6355
contractor.
k. Testing Records - Maintain records of all density, sampling and testing accomplished and analyze such records required
to ascertain acceptability of materials and completed work items. The field reports for records of work and testing
results shall be submitted within one week to the County Project Manager. Assist the County in oversight of
bacteriological testing and clearance of all new piping and well installation in accordance with the County’s Utility
Standards Manual.
l. Preparation of Monthly Report – EOR shall prepare a monthly report of all the construction activities completed for the
applicable month. Sections in the report should include, but not be limited to, Executive Summary, Contract Cost
Status, Project Schedule, Critical Issues, RFI Status, Submittal Status, Allowance Log, Project Payment Application
and Observation Reports and Project Photos.
m. Permit Requirements – EOR shall monitor the construction contract to the extent necessary to determine whether
construction activities violate the requirements of any permits. EOR shall notify the Contractor of any violations or
potential violations and require immediate resolution of the problem. Violations must be reported to the County Project
Manager immediately.
n. FDEP Certifications - The EOR shall prepare and submit certification packages to the FDEP for the completed sections
of the raw water system and production wells as applicable.
o. Substantial Construction Certification – Upon issuance of a “notice of substantial acceptance” the EOR will provide a
signed and sealed certification based on information provided by the COUNTY inspector, and the limited
observations by EOR stating that the Project has been substantially completed by the construction contractor in
accordance with the Plans and Specifications of the Contract Documents as amended by the EOR. Services related to
the Substantial Construction Certification shall be provided to the County. Upon Substantial Completion of
construction and establishment of the Final Punchlist items, EOR shall provide a cost estimate for the Final Punchlist
items. The EOR shall conduct a site walkthrough to have a better understanding of the Final Punchlist items to
properly estimate the Final Punchlist cost.
p. Final Construction Certification – Upon issuance of a “notice of final acceptance and recommendation for final
payment,” the EOR will provide a signed and sealed certification based on information provided by the COUNTY
inspector, and the limited observations by EOR stating that the Project has been completed by the construction
contractor in accordance with the Plans and Specifications of the Contract Documents as amended by the EOR All
services related to the Final Construction Certification shall be provided to the Project Manager of the Project
q. Asset Management Record Information – EOR shall provide all information in the electronic format stipulated by
COUNTY staff required to populate the COUNTY’s GIS and Asset Management system in place at the time of project
completion.
r. Final Project Submittal - EOR shall provide the COUNTY with one complete file, itemized, and indexed, of all project
related records at the conclusion of the Project.
s. Record Documents shall be provided by the EOR in accordance with the County’s Utility Standards Manual.
4. Post Construction Services
Task 4.1 – Warranty Services
The EOR and their team will provide warranty services for one (1) year after the final completion of the project construction.
Work under this item is to include, but not be limited to, the following:
a. Review the post construction video and pictures provided by the contractor.
b. Keep a log of all warranty issues that arise during the 1-year warranty period.
c. Perform a One (1) Year Warranty Walk through with the contractor and County Staff.
d. Generate a list of warranty issues identified during the 1-year warranty walk through and coordinate with the contractor and
residents until the issues are solved.
Page 3217 of 6355
5. Additional Services
If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, EOR shall furnish the
agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment
authorizing those Additional Services. Services must be approved in writing via a Change Order or an Amendment to this
Agreement prior to starting such services by the County’s Project Manager. The COUNTY will not be responsible for the costs
of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval
for Additional Services will be deemed: (i) a waiver of any claim by EOR for such Additional Services and (ii) an admission
by EOR that such Work is not additional but rather a part of the Basic Services required of EOR hereunder.
RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST:
Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal
may be deemed non-responsive
Evaluation Criteria Maximum Points
1. Ability of Professional Personnel 20 Points
2. Certified Minority Business Enterprise 5 Points
3. Past Performance 25 Points
4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points
5. Location 10 Points
6. Recent, Current, and Projected Workloads of the Firm 20 Points
TOTAL POSSIBLE POINTS 100 Points
For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this
advertisement.
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)****
Page 3218 of 6355
4/22/2025
Item # 16.C.5
ID# 2024-2216
Executive Summary
Recommendation that the Board of County Commissioners, as ex-officio the Governing Board of the Collier County
Water-Sewer District (“CCWSD”), approve the addition of seven Full Time Equivalent (“FTE”) positions in the Public
Utilities Department, including seven vehicles and associated equipment based on cumulative asset acquisitions as
approved in the CCWSD Operations Resourcing Strategic Plan, and authorize the associated Budget Amendments.
OBJECTIVE: To ensure that the Water Distribution, Wastewater Collections and Meter Operations teams have
sufficient permanent labor resources to perform on-going routine and preventative maintenance as described by the
utilities asset management plan to extend the useful life of compliance driven critical infrastructure.
CONSIDERATIONS: On October 8, 2020, the Productivity Committee reviewed the CCWSD Operations Resourcing
Strategic Plan and voted unanimously to recommend it for approval by the Board. The Board reviewed the plan and
voted unanimously to approve it on November 10, 2020 (Agenda Item 11.F).
Cumulative asset acquisition conveyances approved from Fiscal Year ("FY") 2022 through Fiscal Year 2024 has created
the need for three FTEs in Water Distribution, two FTEs in Wastewater Collections and two FTEs in Meter Operations to
bring the CCWSD permanent operations labor resources into alignment with the work needs of the conveyed asset base:
Water Distribution operations are compliance driven for public health and safety. Its infrastructure asset base, and
associated labor needs grow with each Board approved utility conveyance. To meet the maintenance, repair, and
compliance needs of the additional conveyed assets at the same time as the increase in asset management and liability is
incurred, three FTEs are required.
Since FY22 Hydrant regulatory analysis and sampling increased from 21,271 to 23,287; an average increase of 504
hydrants per fiscal year. Since FY22 Valve regulatory analysis and sampling increased from 36,542 to 39,439; an
average increase of 724 valves per fiscal year. Furthermore, since FY22 1,084 valves and 600 hydrants have been added
to the conveyed asset base.
Page 3219 of 6355
4/22/2025
Item # 16.C.5
ID# 2024-2216
Wastewater Collections is responsible for all repairs, troubleshooting, maintenance, and proper operation of all 942 pump
stations, 796 miles of gravity mains and 506 miles force mains, 18,807 manholes, 2,843 system valves. Since FY22, 48
pump stations, 209 system valves and 5,364 feet of lateral lines (cleanouts) have been conveyed to the CCWSD. Based
upon the large number of additional assets, and the maintenance required, additional labor resources are needed to
provide sustained services to our customers. The addition of two Utility Specialist II positions will help ensure
uninterrupted operation of critical facilities and compliance with all applicable codes, laws, rules, regulations, standards,
policies, and procedures. Field site inspections and maintenance are paramount to ensure the health, safety, and welfare
of the CCWSD's customers.
Meter Operations is responsible for the repair and maintenance of all system components of the meter reading system
which includes calibration, repair and replacement of small and large meters and the associated backflow assemblies to
ensure accuracy and compliance with Florida Department of Environmental Protection regulations including Florida
Administrative Code (FAC) 62-555 (operation and maintenance of public water systems) and FAC 62-560 (public water
systems out of compliance). Additionally, Meter Operations performs an annual audit program of meters designed to
improve asset visibility and implement and complete all State mandated testing of cross-connection control devices
maintained by the County in accordance with FAC 62.555.360 (cross connection control programs).
Since FY22, Meter Operations has added 5,689 small meters and backflows and 83 large meters and backflows to its
conveyance base necessitating the addition of two FTEs to bring permanent operations labor resources into alignment
with the work needs of the conveyed asset base and maintain regulatory compliance.
Page 3220 of 6355