Loading...
Agenda 05/27/2025 Item #16B 4 (Award Request for Proposal No. 24-8226, “Project Management Services,” to Jacob’s Engineering Group Inc.)5/27/2025 Item # 16.B.4 ID# 2025-1395 Executive Summary Recommendation to award Request for Proposal No. 24-8226, “Project Management Services,” to Jacob’s Engineering Group Inc., Capital Consulting Solutions, LLC, and Kimley-Horn and Associates, Inc., on a primary, secondary, and tertiary basis, and authorize the Chairman to sign the attached Agreement. OBJECTIVE: To obtain contracted professional project management services to be used by County departments on an as needed basis. CONSIDERATIONS: On March 29, 2024, the Procurement Services Division released notices of Request for Proposal No. 24-8226, “Project Management Services,” seeking a vendor to provide project management services to include managing and/or reviewing scopes of work, construction plans, construction documents, project activity schedules, construction estimates, deliverables, and bid-related documents, complete County forms/documentation, and schedule and attend meetings on an as needed basis. The County received four proposals by the June 14, 2024, submission deadline from Jacob’s Engineering Group Inc., Capital Consulting Solutions, LLC, Kimley-Horn and Associates, Inc., and Bear Management Consulting Group, LLC. All four proposers were found to be responsive and responsible, with minor irregularities. A selection committee met on August 9, 2024, to review and rank the four proposals. After reviewing the proposals and deliberating, the committee scored and ranked the proposals as follows: Company Name Final Ranking Jacob’s Engineering Group Inc. 1 Capital Consulting Solutions, LLC 2 Kimley-Horn and Associates, Inc. 3 Bear Management Consulting Group, LLC 4 Staff reviewed and agreed with the consultants’ rates by comparing the proposed rates against existing contracts and found the rates to be reasonable and comparable to existing contracts. Staff recommends that the Board approve the attached proposed agreements with the top three firms as ranked by the selection committee, consistent with the solicitation. The proposed agreements are for an initial five-year term with an optional one-year renewal. The firms will be placed on a primary, secondary, and tertiary schedule in their ranked order to provide project management services. This item supports the "Infrastructure and Asset Management" objectives of the Collier County Strategic Plan. FISCAL IMPACT: Funds are available in various department budgets that use these agreements. GROWTH MANAGEMENT IMPACT: There is no direct impact on the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To award Request for Proposal No. 24-8226, “Project Management Services,” to Jacob’s Engineering Group Inc., Capital Consulting Solutions, LLC., and Kimley-Horn and Associates, Inc., on a primary, secondary, and tertiary basis, and authorize the Chairman to sign the attached Agreement. Page 1896 of 7924 5/27/2025 Item # 16.B.4 ID# 2025-1395 PREPARED BY: Peter Hayden, P.E., Supervisor Project Management, Transportation Engineering ATTACHMENTS: 1. 24-8226 Solicitation 2. 24-8226 NORA 3. 24-8226 Final Ranking 4. Jacobs Proposal 5. 24-8226 VendorSigned_JacobsEngineering 6. 24-8226 Jacobs Engineering COI in Compliance Packet 7. Capital Proposal 8. 24-8226 VendorSigned_Capital 9. 24-8226 Capital COI in Compliance Packet 10. Kimley Horn Proposal 11. 24-8226 VendorSigned_Kimley-Horn 12. 24-8226 Kimley-Horn COI in Compliance Packet Page 1897 of 7924 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSAL (RFP) FOR PROJECT MANAGEMENT SERVICES SOLICITATION NO.: 24-8226 KRISTOFER LOPEZ, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Kristofer.Lopez@colliercountyfl.gov (Email) This solicitation document is prepared in a Microsoft Word format (Rev 8/7/2017). Any alterations to this document made by the Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 1898 of 7924 2 SOLICITATION PUBLIC NOTICE REQUEST FOR PROPOSAL (RFP) NUMBER: 24-8226 PROJECT TITLE: Project Management Services LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG C-2, NAPLES, FLORIDA 34112 DUE DATE: May 1st, 2024 @ 3:00 PM EST PLACE OF RFP 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://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Capital Project Planning, Impact Fees & Program Management Division (hereinafter, the “Division”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified vendors in accordance with the terms, conditions, and specifications stated or attached. At a minimum, the vendor must achieve the requirements of the Specifications or Scope of Work stated. According to the Board of County Commissioners Procurement Ordinance, the results of this solicitation may be used by other County departments once awarded. The intent of this RFP is to solicit for qualified vendors to provide as-needed project management services that include, but are not limited to, project development, documents review (peer review of design [prepared by others], solicitation documents, etc.), onsite project management (contract administration, project oversight, contract closeout management, etc.). Proposals shall document the resources and capability for performing the services, including but not limited to the proposer’s demonstrated competency and experience in delivering services of similar scope and type and the local availability of personnel and resources. BACKGROUND The Capital Project Planning, Impact Fees & Program Management Division, Stormwater Management Section is responsible for effectively and efficiently regulating and improving the stormwater drainage infrastructure and surface water bodies through capital construction to prevent flooding for groundwater recharge, wetland preservation, and water quality protection, and to prevent flooding. The Stormwater section oversees approximately one-hundred forty-nine (149) miles of existing major canals, eighty-seven (87) stormwater control structures, and over two (2) miles of proposed flow way reconstruction. TERM OF CONTRACT The contract term, if an award(s) is/are made, is intended to be for one (1) five (5) year term with a one (1) year renewal option at the sole discretion of the County. Fees shall remain firm for the initial term of this contract. Intent of this contract is to award multiple vendors on a Primary, Secondary, and Tertiary basis. Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. The County Manager, or designee, may, at their discretion, extend the Agreement under all the terms and conditions contained in this Agreement for up to three hundred sixty-five (365) days. The County Manager, or designee, shall give the Contractor written notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. There is no guarantee that any or all the services described in this agreement will be assigned during the terms of the agreement. The County may elect to have any of the services set forth herein performed by other consultants or County staff. Page 1899 of 7924 3 DETAILED SCOPE OF WORK Proposed vendors shall have construction project management experience in horizontal construction methods with an emphasis in stormwater, utility, and roadway capital improvement projects. Project Management Service requests may include, but not limited to, managing a wide range of projects within the study, design, construction, and post-construction phases. The services may include but are not limited to, review permit applications, construction observation, inspection, management, coordination, and administration from commencement through substantial completion, final acceptance, and project close-out. Vendors will be required to manage, and/or review scopes of work, construction plans, construction documents, project activity schedules, construction estimates, deliverables, and bid-related documents, complete County forms/documentation, and schedule and attend meetings. The services under the agreement are on an as-needed basis as determined by the County, and there is no guaranteed or minimum spend. This solicitation does not include hiring individuals to perform professional services as defined under the Consultants' Competitive Negotiation Act (CCNA) per Florida Statute § 287.055. The intent of these services is to augment project management services not falling within the parameters of CCNA. A Vendor who participates in the drafting of a solicitation or scope or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with the agency. No person performing services under this Agreement shall execute any legally binding documents on behalf of the County. 1. Project Management Team Qualifications: The minimum qualifications for project managers (PM) are as follows: • Three (3) years of project management experience in the construction industry. • Bachelor's degree in project management, construction management, engineering, or non-degree with related project management field experience. • Candidates without a degree should possess at least four (4) additional years of related experience. • Project Management Professional (PMP) certification or equivalent, is desired, but not required. 2. Project Management Services: The selected vendor(s) will provide project management services for a variety of projects and be responsible for all project management responsibilities to complete the assigned project(s). The work may include project management activities related to stormwater, utility and roadway improvement studies/pre-design, design, construction, and post-construction services. Projects may include but are not limited to managing the design (performed by others) and construction of stormwater, utility and roadway infrastructure projects including, but not limited to, outfalls, weirs, inlets, pumps, pump stations, culvert replacements, and Supervisory Control and Data Acquisitions (SCADA) integrations, etc. Proposed vendor(s) shall have the ability to provide one or more project manager(s) that will be dedicated full-time to the project(s) and act as an extension of and under the work direction of Collier County staff. The project manager(s) will work at a designated county office while completing this work. 3. Project Tasks: 3.1. Project management oversight of all aspects of the project with the primary objective of keeping the work on schedule and within budget. 3.2. Accomplish the work using a variety of staff and resources with a single point of contact for each project. 3.3. A minimum of a three-week notification to County staff if there are PM staff changes to allow replacement staff to transition into roles. County staff will interview and approve PM replacements. 3.4. The selected vendor’s point of contact will also need to be in contact via email and phone. The County will provide office accommodations for PM. 3.5. Schedule and attend meetings and prepare meeting agendas and minutes. Meetings may include County staff meetings, project meetings, pre-construction meetings with stakeholders, and after-hours meetings. 3.6. Review project parameters with County staff. 3.7. Site visits and/or project observations. 3.8. Work with County staff to determine the project’s funding source, budget, and project setup. 3.9. Prepare and/or review project-related forms and documentation as directed by County staff, including but not limited to, scopes of work, cost estimates, schedules, change orders, requests for information (RFI), and payment applications. 3.10. Plan, prioritize, set up activities, and work products necessary to complete the initial planning and setup tasks to manage each assigned project. 3.11. Under the guidance of County staff temporary employees will: • Develop solicitations (Request for Quotes (RFQ), Invitation to Bid (ITB), Request for Professional Services (RPS), and Request for Proposals (RFP)), and related documentation and activities related to advertising a project. The project manager will work with County staff to meet internal procurement guidelines and ordinances when bidding on the construction work. Page 1900 of 7924 4 • Draft executive summaries to accompany the agenda item to the Board of County Commissioners for approval. • Prepare a packet of information for the County’s Right of Way Acquisition section to provide them with the parameters of the acquisitions. • Assist County staff with bid opening, negotiate contract(s), and work with Procurement to draft contract and all supplemental documentation. Obtain existing and proposed easements and rights-of-way (ROW). 4. Firm Requirements 4.1. Must adhere to l State of Florida and County Laws and Ordinances in the review or completion of responsibilities assigned under this agreement and must be licensed pursuant to their trades and rules and regulations of the State of Florida. 4.2. Must respond to the County’s request for service within three business days from the point of contact and must provide a potential candidate within two weeks from initial request. 4.3. The vendor shall describe its contingency plans for managing the staff and additional staff, if necessary, to ensure project(s) deadlines are met. 4.4. Must provide a communication and escalation strategy for personnel not performing their assigned responsibilities. 4.5. During the first three months of the contract, the firm must collaborate with the County to develop performance metrics, tracking services, positions, costs, schedule completion/overruns, anticipated and unanticipated risks, etc. Maintain performance and risk management measurement tracking reports and provide to County contact upon request. 4.6. Provide monthly billing statement/invoice identifying the positions, services, and hours in “line item” detail by function. 4.7. All records produced on behalf of Collier County are subject to the State of Florida Public Records Law and public records retention schedules. 4.8. Provide Information Technology resources and equipment, as necessary, to assigned staff that are compatible with Collier County Information Technology system protocols and available to provide all provisions of the services required by the scope of services. 4.9. Provide equipment and resources to assigned staff (other and information technology resources) that shall include vehicles or trucks for site visits or other services as part of this RFP. 4.10. Allow the County to reject employees from the firm’s pool of candidates, at the County’s sole discretion. 4.11. Ensure all construction activities are permitted and inspected in strict conformance with the Land Development Code and all local and state building codes. 5. Specific Personnel Requirements: 5.1 Principal Project Manager - Provides direction, guidance and assistance to contractors and work crews; coordinates daily work activities; organizes, prioritizes, and assigns work; monitors status of work in progress and inspects completed work; confers with contractors and work crews, assists with complex/problem situations, and provides technical expertise. Interprets, explains, and ensures engineering compliance with applicable codes, ordinances, resolutions, regulations, standards, specifications, policies, and procedures, as well as approved construction plans; research codes, engineering standards, technical manuals, or other resources as needed; initiates any actions necessary to correct deviations or violations. Reviews design and construction documents pertaining to division projects; Reviews plans, designs, specifications, and cost estimates. Reviews site development plans, construction/engineering plans, permit applications, and specifications to ensure compliance with applicable codes, ordinances, and engineering standards; reviews engineering studies, engineering reports, and cost estimates; reviews changes to construction plans; provides recommendations and comments on development plans. Performs site visits, field inspections, inspects projects to ensure compliance with approved plans and specifications; conducts inspections or collects data at sites; sets elevation; takes photographs and measurements of field conditions; resolves problems at site. Reviews engineering analysis and engineering reports; evaluates problems and recommends solutions. Reviews and approves infrastructure, excavations, and other sitework improvements; reviews site development plans for commercial, multi-family residential, and industrial infrastructure; reviews construction plans, reviews engineering aspects of conditional use permits and rezoning applications; reviews construction plans and land use petitions for water management, engineering, and utility concerns. Conducts tasks relating to stormwater management; reviews development plans prepared by consulting engineers for impact on County stormwater facilities and assesses the need for additional drainage easements; conducts site visits to verify existing drainage conditions and evaluate possible impacts on stormwater system; assists with investigations of non-compliance stormwater systems and provides findings and possible solutions; maintains and updates computer inventory records of the County’s stormwater management system. Reviews technical engineering reports, studies, bid specifications, or other documents; provides reports or data to division management, consultants, outside agencies or others as appropriate. Coordinates work activities with those of other Divisions/Departments, contractors, consultants, outside agencies, or others as needed. Responds to questions and complaints related to division projects; provides information and assistance related to division activities, data, procedures, documentation, or other issues; responds to routine questions, research questions/complaints, and initiates problem resolution. 5.2 Senior Project Manager- Coordinates or performs project management; prepares, reviews, and monitors project schedules and budgets; monitors construction and maintenance contracts/agreements. Performs site visits, field inspections, inspects projects Page 1901 of 7924 5 to ensure compliance with approved plans and specifications; conducts inspections or collects data at sites; takes photographs and measurements of field conditions; resolves problems at site. Provides direction, guidance, and assistance to contractors and work crews; monitors the status of work in progress and inspects completed work; confers with contractors and work crews, assists with complex/problem situations, and provides technical expertise. Reviews development plans prepared by consulting engineers, construction/engineering plans, permit applications, and specifications to ensure compliance with applicable codes, ordinances, and engineering standards; reviews engineering studies, engineering reports, and cost estimates; reviews changes to construction plans; provides recommendations and comments on development plans. Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others. Reviews bid specifications, or other documents; provides reports or data to division management, consultants, outside agencies, or others as appropriate. Respond to questions and complaints related to division projects; provide information and assistance related to division activities, data, procedures, documentation, or other issues; respond to routine questions, research questions/complaints, and initiate problem resolution. 5.3 Project Manager- Administers, and coordinates work performed by consultants, contractors, or other service providers; administers annual maintenance contracts; monitors work to ensure compliance with terms of contract. Review construction plans, designs, and specifications pertaining to routine projects; reviews designs, drawings, or maps associated with proposed or approved projects; makes recommendations concerning improvements, modifications, design strategies, structural systems, or other aspects of project development. Manages projects during design and construction phases; attends regular project progress meetings; prepares, reviews, and assists with change orders for changes to contracted scope of work; assists with purchase order requisitions, work orders, and invoices; reviews project progress reports submitted by contractors; monitors adherence to project schedules. Conducts inspections, monitors work, and maintains records to ensure quality control; inspects quality of construction work and materials; coordinates final inspections with contractors and engineers; coordinates project acceptance with other County divisions or government agencies. Prepares executive summaries for presentation to Board of County Commissioners, Planning Commission, or other officials. Provides technical advice, information, and assistance concerning engineering issues, project management issues, design/construction activities, and other issues to contractors, consultants, County staff, public agencies, or others; responds to questions or complaints; assists in resolving engineering problems, project development issues, or conflicts involving project participants; recommends solutions to problems. Coordinates public education activities relating to Division projects, services, and activities; coordinates neighborhood programs involving participation of residents, such as resident traffic teams; speaks to property owners and community organizations and provides information regarding projects and activities; develops press releases and public information materials for distribution. REQUEST FOR PROPOSAL (RFP) PROCESS 1.1 The Proposers will submit a qualifications proposal, which will be scored based on the criteria in the Evaluation Criteria for Development of Shortlist, which will be the basis for short-listing firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then produce a final ranking for approval, score and rank the vendors, and enter negotiations with the top-ranked vendors to establish the cost for the services needed. The COUNTY reserves the right to issue an invitation for oral presentations to obtain additional information after scoring and before the final ranking. With successful negotiations, a contract will be developed with the selected firms, based on the negotiated price and scope of services, and submitted for approval by the Board of County Commissioners. 1.2 The COUNTY will use a Selection Committee in the Request for Proposal selection process. 1.3 The intent of the scoring of the proposal is for respondents to indicate their interest, relevant experience, financial capability, staffing, and organizational structure. 1.4 The intent of the oral presentations, if deemed necessary, is to provide the vendors with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.5 Based upon a review of these proposals, the COUNTY will rank the vendors based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top-ranked vendors. 1.6 Once the award recommendation is approved, the COUNTY will enter negotiations with the awarded firms. Upon successful negotiations, the firms will be assigned to the Project Management Services Library. RESPONSE FORMAT AND EVALUATION CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.7 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Proposers are encouraged to keep their submittals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Evaluation Criteria Maximum Points Page 1902 of 7924 6 1. Cover Letter / Management Summary 0 Points 2. Certified Woman and/or Minority Business Enterprise 5 Points 3. Capacity of the Firm 20 Points 4. Project Management Team Qualifications & Location 25 Points 5. Project Management Team Experience 20 Points 6. Cost to the County/ Rate Schedule 20 Points 7. Local Vendor Preference 10 Points TOTAL POSSIBLE POINTS 100 Points ---------------------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: COVER LETTER/MANAGEMENT SUMMARY (0 Total Points Available) Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Vendor's certification that the Vendor will accept any awards as a result of this RFP. EVALUATION CRITERIA NO. 2: CERTIFIED WOMAN AND/OR MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Woman and/or Minority Business Enterprise. EVALUATION CRITERIA NO. 3: CAPACITY OF THE FIRM (20 Total Points) Provide documentation that includes information about your firm’s qualifications to produce the required deliverables, including abilities, capacity, skill, financial strength, and number of years of experience in providing the required services. EVALUATION CRITERIA NO. 4: PROJECT MANAGEMENT TEAM QUALIFICATIONS (25 Total Points) Provide resumes of the proposed project management team and each team member's role and Onsite Project Management: includes, but is not limited to preparing bid packages (project scope of work and specification development, bid schedule, cost estimates); coordinates process for bidding and contracting of services; manages projects during design and construction phases; process paperwork (executive summaries, purchase order requisitions, work orders, notices); attend meetings; and review project invoices. Attach resumes of the proposed project management team members. The resumes shall include the following information: • Name • Educational Institution(s) and Degree(s) • Professional Certifications (include certificate copy) • Licenses (include license copy) • Field Experience • Training EVALUATION CRITERIA NO. 5: PROJECT MANAGEMENT TEAM EXPERIENCE (20 Total Points) This criterion measures the proposed individuals’ experience with projects similar in size, type, and complexity. The teams will be evaluated on managing projects as outlined in the scope of work, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the scope of work as generally described herein will be evaluated. The County requests that the vendors submit no fewer than three (3) and no more than ten (10) completed reference forms from clients from the previous five years whose services provided 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 projects of similar size, scope, and complexity to this project using the form provided in Form 5. Proposers may include two (2) additional pages for each project to illustrate aspects of the completed project that provide the information to assess the experience of the Proposer on relevant project work. Page 1903 of 7924 7 EVALUATION CRITERIA NO. 6: COST TO THE COUNTY/ RATE SCHEDULE (20 Total Points) The Growth Management Department may have a specific need to have full or part time staffing available for various positions. As identified in Table 1, please provide list of hourly rates per position titles 1-5 as shown below. Firm shall provide hourly rates for ALL positions listed (1-3) in order to receive points in this criteria. The hourly rates are to be used as a flat rate charge and there will be no additional markup allowed. For evaluation purposes, the hourly rates will be multiplied by the weight factor to determine total weighted hourly rates. The total of the weighted hourly rates will be used to calculate the evaluation criteria points awarded as shown in the Table 2 Criteria Points Calculation Example. Table 1. Hourly Rates Line # Position Title Hourly Rate Weight Factor Weighted Hourly Rate 1 Principal Project Manager 10 Hourly Rate x10 2 Senior Project Manager 30 Hourly Rate x 30 3 Project Manager 60 Hourly Rate x 60 TOTAL Table 2. Criteria Points Calculation Example Firm Name Firm Total Cost Formula calculation Points Awarded Firm ABC $100 Max points = 20 20 Firm DEF $110 ($100/$110) x 20 18 Firm GHI $120 ($100/$120) x 20 17 Firm JKL $130 ($100/$130) x 20 15 Firm MNO $140 ($100/$140) x 20 14 For illustrative purposes only, the chart above is provided as an example of how the points would be distributed among the firms. EVALUATION CRITERIA NO. 7: LOCAL VENDOR PREFERENCE (10 Total Points Available) Local business is defined as the vendor having a current Business Tax Receipt issued by the Collier or Lee County Tax Collector prior to 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 or Lee County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 1904 of 7924 Notice of Recommended Award Solicitation: 24-8226 Title: Project Management Services Due Date and Time: June 14, 2024, at 3:00 pm EST Respondents: Company Name City County State Final Ranking Responsive/Responsible Jacobs Engineering Group Inc. Naples Collier FL 1 Yes/Yes Capital Consulting Solutions, LLC Naples Collier FL 2 Yes/Yes Kimley-Horn and Associates, Inc. Naples Collier FL 3 Yes/Yes Bear Management Consulting Group, LLC Fort Worth Tarrant TX 4 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On March 29, 2024 24-8226, Project Management Services , to forty-five thousand eighty-four (45,084) vendors. The bid due date was extended twice, for a total of three weeks, during which time staff conducted additional outreach. One hundred seventy-two (172) firms viewed the solicitation information, and four (4) proposals were received by the June 14, 2024, submission deadline. Staff reviewed the proposals received and all four (4) proposers were found to be responsive and responsible, with minor irregularities. The Selection Committee met on August 9, 2024. After review of the proposals and deliberation, the Committee scored the proposals and ranked the firms as shown above. Staff is recommending award to a Primary, Secondary, and Tertiary vendor as noted below: Primary - Jacobs Engineering Group Inc. Secondary - Capital Consulting Solutions, LLC Tertiary - Kimley-Horn and Associates, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 1905 of 7924 Selection Committee Final Ranking RPS #: 24-8226 Title: Project Management Services Name of Firm Jamie Khawaja Anthony Stolts Eric Ovares Larry Humphries Michael Levy Total Scores Final Ranking Jacobs Engineering Group Inc.89 86 89 89 88 441.00 1 Capital Consulting Solutions, LLC 89 87 79 92 88 435.00 2 Kimley-Horn and Associates, Inc.88 84 82 88 82 424.00 3 Bear Management Consulting Group, LLC 72 70 55 60 75 332.00 4 Procurement Professional Lisa Oien 8/9/2024 Page 1 of 1 Page 1906 of 7924 Page 1907 of 7924 Project Management Services RFP No: 24-8226 Table of Contents 1.Cover Letter / Management Summary 2.Certified Woman And / Or Minority Business Enterprise 3.Capacity Of The Firm 4.Project Management Team Qualifications 5.Project Management Team Experience 6.Cost To The County / Rate Schedule 7.Local Vendor Preference Required Forms Page 1908 of 7924 Page 1909 of 7924 1.Cover Letter Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 Re: Project Management Services - RFP No: 24-8226 Dear Selection Committee Members: Jacobs Engineering Group Inc. (Jacobs) understands the objectives and requirements of staff augmentation contracts. Jacobs is currently providing similar services to the Collier County (County) Planning and Facilities Departments. This experience will be instrumental to the County for the Project Management Services Contract, since we will be supplementing County staff to achieve the goals and objectives of its many existing plans and programs. Jacobs has relevant and recent experience in managing all phases of projects including study, design, construction, and post-construction phases, which will be essential to the County during this contract. LOCAL PROJECT EXPERIENCE Our team has performed a significant amount of work in Collier County and throughout Southwest Florida under general service contracts, as well as project specific contracts which provides us invaluable experience relevant to the requirements of this Request for Proposal. EXPERIENCED LOCAL LEADERSHIP Recognizing the broad scope and technical challenges inherent to this project, Jacobs has compiled an experienced team of professionals familiar with the County procedures. Principal in Charge, Bill Gramer, PE, AICP brings 37 years of experience delivering a wide variety of study, design, construction, and post- construction projects, and has served as project manager and project coordinator for all the major planning and roadway design projects our firm has completed in Collier County over the last 2+ decades. Felicia Kirby, PE, PMP will serve as the Project Manager and will be responsible for assisting Bill with the coordination of this solicitation to ensure the needs of the projects are well defined and appropriately staffed. Felicia has extensive experience with part-time staff augmentation, and is currently working with the County and Tony Barone, PMP of Facilities Management Division for Program Management Support Services for Hurricane Project(s) (Hurricane Ian). After reviewing our response to the Request for Proposal (RFP), our experience, depth, and flexibility offers you the greatest advantage in achieving your goal of providing as-needed project management services. We look forward to continuing to partner with the County and assist you in meeting your goals and visions for our community. Sincerely, Local, Relevant Project Experience 1. 100+ General Service Contracts (Roadway, Stormwater, Utility, etc.) 2.Vanderbilt Beach Road Extension 3.Collier Boulevard III Phase II Widening 4.Wilson Boulevard Widening 5.Vanderbilt Beach Road Widening 6.Pine Ridge Road Corridor Improvements 7.Immokalee Road Design Phase I and Phase II 8.Palm River Bridge Replacement 9.City of Naples Water Main Relocation 10.Golden Gate City Stormwater Drainage Improvements (SW) 11.Golden Gate City Water Resource Protection – Restoration Master Plan 12.TIGER Grant Immokalee Complete Streets 13.Collier County Water Control Structural Evaluations 14.Wilson Boulevard Corridor Study 15.Immokalee Road Corridor Congestion Study 16.Collier Boulevard Bridge Location Study 17.Sunshine Boulevard Sidewalks & Pedestrian Bridge (LAP) Bill Gramer, PE, AICP Bill.Gramer@Jacobs.com (239) 860-4922 Principal in Charge Felicia Kirby, PE, PMP Felicia.Kirby2@Jacobs.com (407) 369-3318 Project Manager 1-1 Page 1910 of 7924 Challenging today. Reinventing tomorrow. Page 1911 of 7924 Project Management Services RFP No: 24-8226 2. Certified Woman And / Or Minority Business Enterprise While Jacobs does not maintain minority business enterprise status, we have a long working history working together with reputable local minority business enterprises (MBE) partners. Over the nearly three decades that Jacobs has maintained a fully staffed Naples office, we have developed an extensive and strong working relationship with local consultants, including several MBE firms. If specialized skills are needed for a specific task assigned to us under this contract, we will first look to our local MBE partners to meet this need. Along with building a team that does quality work, we involve MBE firms as integral partners on our projects, delivering significant and meaningful assignments. Jacobs has a reputation for involving these businesses and helping them grow their portfolios in either tried and true or emerging service areas. Simply stated, we provide meaningful assignments to our MBE partners that challenge and grow their technical capabilities and capacity, so they can take on greater and/or different types of responsibilities in the future. As a firm, Jacobs has an outstanding reputation for meeting MBE/DBE/WBE utilization goals and going beyond typical requirements for our clients. We have been recognized nationally with more than 30 awards for MBE/DBE contracting since 1999, including the Small Business Administration Dwight D. Eisenhower Award MBE/DBE contracting since 1999, including the Small Business Administration Dwight D. Eisenhower Award for Excellence and the Frances Perkins Vanguard Award, two of the most prestigious national awards. Jacobs has also been recognized throughout the state of Florida for our MBE/DBE efforts, including on exceeding our commitment to the Florida Department of Transportation. Jacobs Engineering Group Contract DBE Utilization was 15.45% through June 10, 2024 (Florida Department of Transportation), and we have received multiple Dwight D. Eisenhower Awards. 2-1 Page 1912 of 7924 Page 1913 of 7924 Project Management Services RFP No: 24-8226 3. Capacity of the Firm Jacobs Jacobs is one of the world’s largest and most diverse providers of technical, professional, and construction services, including all aspects of architecture, engineering and construction, operations and maintenance, as well as scientific and specialty consulting. Jacobs has a robust talent force of over 60,000 employees, $15 Billion in annual revenue, is active in 40+ countries, and is ENR’s No. 1 top design firms for the last 6 years! Jacobs has 11 primary offices in Florida, as well as numerous project offices throughout the state. Jacobs has been providing engineering services to municipal clients since 1947 and has performed worked within Collier County and Southwest Florida for decades. Jacobs’ portfolio includes a magnitude of transportation, water, wastewater, site-civil, and multi-use development infrastructure projects on both a small and large scale. We have an excellent grasp of the fundamentals of process and design and significant experience in bringing together multidisciplinary teams to deliver a well-managed and homogeneous solution. Since 1977, Collier County has consistently relied upon our team to provide project management, staff augmentation, planning, design, permitting, and construction management services on a multitude of roadway, drainage, utility, site-civil and permitting projects. Our long-term partnership has helped our Naples-based staff develop a thorough understanding of local conditions, existing infrastructure, County requirements, agency criteria, and stakeholder concerns. We have more than 30 years of experience delivering projects in the County, and we are familiar with your organization and preferred project delivery process. Our Florida-based staff routinely work together, bringing lessons learned and the capability to proactively address challenges that can affect project success. As summarized in our proposal, many of our staff are people you know—the same professionals who are working on current projects and have successfully delivered past projects for Collier County. Jacobs local Naples office allows our team to be at the Collier County offices or stakeholder meetings whenever needed on short notice. Our experience from the Transportation Planning/Engineering Studies, Developer Responsibility Evaluations, Traffic Impact Studies, and Program Management Support Services for Hurricane Project(s) has shown that a high level of local responsiveness is critical in managing a staff augmentation task order. The Jacobs Team Advantage: • For over 3 decades, Collier County has consistently relied upon our team to provide successful design and planning services, as well as utility and roadway infrastructure designs and construction management • Unparalleled knowledge of Collier County’s infrastructure • Our local team is readily available • Our Principal in Charge (PIP) and Project Manager (PM) have local knowledge of the area, including its infrastructure, which will be advantageous in completing projects • We have a deep understanding of the area's roadway, drainage and utility systems • Our team has experience writing and preparing solicitations for agency procurement process • We have a proven track record in roadway, drainage, and utility projects • A breadth of planning and engineering experts to successfully perform multiple concurrent tasks • Extensive experience with 100+ general service contracts Jacobs’ local Naples office 3-1 Page 1914 of 7924 Project Management Services RFP No: 24-8226 Jacobs has served as a trusted partner to Collier County for more than 30 years. We have provided a comprehensive range of services including planning, engineering, and construction administration, managed from our local office in Naples and supported by our 11 fully staffed offices in Florida. For Collier County alone, we have successfully delivered hundreds of projects in the last three decades. Meeting the unique requirements of this contract means providing the County with skilled, highly responsive personnel who are based locally and bring superior technical capabilities and project management experience. Our Naples office, located less than 7 miles from the County offices, is the principal and coordinating office for this contract. When needed we will draw on the technical expertise of staff from our other Florida offices, who bring recent and relevant experience providing services on Collier County transportation planning, stormwater, design, and construction experience. Principal in Charge, Bill Gramer, PE, AICP has full access to all the resources required to deliver on-demand project management services. He will be the primary point of contact for this project. Having managed a wide variety of study, design, construction, and post-construction projects, inlcuding recent work in Southwest Florida, Bill is perfectly suited for this role. Bill has 37 years of experience designing and managing a wide range of planning and engineering assignments. He routinely manages a wide range of design and construction projects, including the current Vanderbilt Beach Road Extension, Collier Boulevard Widening, Wilson Boulevard Widening, and many more large-scale County infrastructure projects. Project Manager Felicia Kirby, PE, PMP will be responsible for assisting Bill with the coordination of this solicitation to ensure the needs of the projects are well defined and appropriately staffed. Felicia has extensive experience with staff augmentation working with Collier County Facilities Management Division along side Project Manager, Tony Barone, PMP. She has extensive experience utilizing the Collier County Standard Operating Procedures for releasing formal solicitations and utilizing the third party SAP Platform. She has experience working with the County's Risk Management team, submitting backup documentation for grant funded projects, and assisting with the required forms for PO requests which include the Independent Cost Estimate (ICE), Cost Reasonableness (CR), and Method of Procurement (MOP) forms. This core experience will limit the amount of downtime required to learn the necessary County Procurement Procedures. Her ongoing procurement solicitations will total more than $3M this year alone, with well over $15M total since she began supplementing County Staff. Commitment of Key Team Members Our team members were selected for their proven experience delivering similar projects for Collier County and for other Southwest Florida clients, and their reputation for providing top-quality service. Collier County has been a priority client for Jacobs for the last 30+ years, as many of our staff members are County residents. Your success is our success, and we are fully committed to making the place where we live and work the best it can be. As members of the Collier County community, our team has a vested interest in quickly and efficiently completing projects that help our County meet its transportation infrastructure goals. Our local team is composed of qualified planners and engineers, and we are supported by an extensive pool of firm-wide resources who are available to provide services to the County. Our Jacobs team has a proven recipe and have repeatedly provided successful staff for augmentation for many years with the County. Jacobs Maintains 11 Fully Staffed Offices in Florida 3-2 Page 1915 of 7924 Project Management Services RFP No: 24-8226 EXHIBIT 3-1 Jacobs Team Proximity and Work History Jacobs maintains 11 Florida offices staffed by 3,866 multi-disciplinary employees which provide a broad range of experience and expertise for our Florida clients. Our local Naples office, located less than 15 minutes from Collier County Offices, will serve as our team’s base of operations for this project. Our Local Jacobs office has served the County for over 3 decades and been the lead design firm for many of the County’s major roadway and study/planning projects. Jacobs Major Collier County Projects 3-3 Page 1916 of 7924 Project Management Services RFP No: 24-8226 Approach to Managing Project Cost Cost Control There are two critical areas for controlling project cost: on-time decision- making and top-quality, committed project staffing. Specific strategies that should be implemented to control project costs include: • Work Plan development to define scope, schedule, communications protocols, quality, safety, invoicing, deliverables, and change and records management; this plan should also ensure that a depth of staff and management resources are aligned with the project needs to support multiple, concurrent deliverables. • Team chartering session to communicate the project work plan with full team endorsement – including Collier County staff! • Progress meetings with Collier County on a monthly basis, if desired, to discuss and evaluate project status and task deliverables during the project. More frequent meetings can be scheduled as necessary. • Bi-weekly team meetings with internal core team members to ensure strategic focus to maintain schedule and address project issues (tasks requiring additional staff, quality reviews responses, and efficient approaches to upcoming work tasks). • Quality control process that prevents re-work which includes quality control reviews as well as quality assurance reviews to ensure the quality control process was performed properly. Project Controls A project controls system should include multiple layers of checks to ensure projects stay on budget and schedule. An important aspect of managing budget includes monitoring and maintaining the project schedule. Schedule monitoring consists of reviewing two separate schedules: the target (or control) schedule and the working schedule. The target schedule is the baseline schedule established at the beginning of the project. Recognizing that actual performance at times does not match the original plan, a working schedule is maintained that documents performance to date and predicts future events. The team should meet bi- weekly (or more often when necessary) to discuss key project milestones and challenges. As part of these meetings, task's progress should be monitored to avoid time-consuming re-work in order to manage project budget. Quality Assurance/Quality Control (QA/QC) Quality is a critical piece of successful project delivery. A successful Quality Control Process is guided by the principle that all team members are responsible for quality. As part of a Quality Control Process, senior level reviewers should be assigned to the projects who are independent of the projects and have the experience to provide concentrated, rigorous reviews throughout the project. Senior level reviewers should be subject matter experts in their fields and should be assigned based on their successful completion of similar planning projects. Formal quality control reviews should be performed prior to draft and final deliverables. These reviews should concentrate on issues of consistency, completeness, clarity, coordination, constructability (when applicable), and cost effectiveness. Quality assurance reviews should be performed to assure the deliverables will conform to the specified requirements and meet your expectations. A Quality Control Plan (QCP) is based on the principals of total quality management. A QCP establishes project-related policies, procedures, standards, training and guidelines to ensure a successful project that is on- time and on budget. 3-4 Page 1917 of 7924 Project Management Services RFP No: 24-8226 Representative services the Jacobs team will bring to the County relevant to your Stormwater – Professional Engineering Services contract include:  Project Management  Conveyance Systems  Retention/Treatment Ponds  Residential Flooding Solutions  Hydraulic/Hydraulic Modeling  Environmental  Water Quality  Hydrogeological Evaluations  Sea Level Rise/Storm Surge  Asset Management  Grant Funding  Right-of-Way and Easement/Land Acquisition  SCADA  Permitting  Green and Resilient Infrastructure  Envision  Utilities  Roadway  Site Civil  Drone Applications  Post-Design  Value Engineering/Constructability  Construction Engineering Inspection (CEI)  Regulatory/Agency Coordination  Staff Augmentation  Public Engagement 3-5 Page 1918 of 7924 Page 1919 of 7924 Project Management Services RFP No: 24-8226 4. Project Management Team Qualifications Jacobs has assembled an exceptional local team that aligns capabilities and experience with the requirements of Collier County’s scope of services. Our local team offers the regional knowledge, established local and agency relationships, and all the skills required for successful staff augmentation for Project Management Services. Local, Experienced Personnel Committed to Project Success The personnel who have committed to working on Project Management Services bring focused technical skills, expertise with design, planning, procurement, and most importantly, familiarity with Collier County. You can count on us to bring the technical experience, strong team synergy, fine-tuned methodology and tools, lessons learned, and best practices to streamline the implementation of this project. Our team’s organization chart clearly demonstrates that we have the depth of professional resources to address any task part of this RFP. Our team brings unparalleled background of the challenges that could arise in the implementation of this type of project and, most importantly, solutions to manage expected and unexpected events. Exhibit 4-1 Jacobs Team Members Our local staff stands at the ready to attend Board Meetings side-by-side with Collier County staff. Principal in Charge, Bill Gramer, and Project Manager, Felicia Kirby, have attended numerous meetings. TEAM MEMBER ROLE Bill Gramer, PE, AICP Principal in Charge, Engineer Felicia Kirby, PE, PMP Project Manager, Engineer Nick De Ciccio, PE Engineer Nathan Lunsford, PE Engineer Sonal Dodia, EI Engineer Kevin Heldorfer Designer Diana Francois, PE, PMP Senior Project Manager Henry Dorzback, PE Senior Project Manager, Drainage Eddie Joyner, PE Senior Project Manager, Drainage Darren Dyer, PE Senior Project Manager, Drainage Danh Lee, PE Project Manager, Drainage Ricky Ly, PE Project Manager, Drainage Raquel Lopez, PE Project Manager, Drainage Tatiana Alvarez, PE Engineer, Drainage Maria Delpilar, PE Engineer, Drainage Kristen Bridges, PE Engineer, Drainage recently led a similar effort for the Collier County; and has innate knowledge of the procurement procedures for Collier County. She understands the day-to-day challenges Capital Project Planning, Impact Fees & Program Management Division, and Stormwater Management Services may face. We selected Felicia Kirby, PE, PMP as your Project Manager because she has experience with all scope items; Project Manager, Felicia Kirby, and Sonal Dodia presenting to the Collier MPO. 4-1 Page 1920 of 7924 Project Management Services RFP No: 24-8226 Our team is comprised of a group of planning and technical experts that bring targeted experience on Project Management Services as well as an understanding of the challenges and needs of Collier County. Brief overviews of these professionals are outlined below. Full resumes for key team members can be found at the end of this submittal. Bill Gramer, PE, AICP Principal In Charge Bill Beddow, PE Principal In Charge Felicia Kirby, PE, PMP Project Manager Diana Francois, PE, PMP Senior Project Manager 37 years of experience 30 years of experience 9 years of experience 19 years of experience Qualifications Bill has more than 37 years of experience managing and coordinating a wide range of planning and engineering assignments. Bill is well known to the County as a proactive manager who has been 100 percent dedicated to Collier County for more than 20 years, including serving as project manager and roadway task lead for all of our teams’ major Collier County roadway projects and 15 General Services Contracts. Qualifications Bill brings over 30 years of experience in project management and water resource engineering for Florida clients. As Jacobs’ Client Account Manager and a long-time resident of SW Florida, Bill has direct access to all firm resources and is committed to ensuring that your project has all necessary resources. Bill brings water supply & treatment experience including municipal production wells, deep injection wells, & water use permitting. Qualifications Felicia has a broad range of experience including project management, transportation engineering, environmental permitting, and public involvement, the majority in Southwest Florida. She is skilled in Microstation, ArcGIS, Trimble GNSS Technology, and Adobe Illustrator. She has worked closely with County Staff under previous staff- augmentation task services and will be invaluable for this project Qualifications Diana has 19 years of experience designing and managing a wide range of planning assignments, including master plans for Florida Clients. Working from the Naples office, Diana routinely manages a wide range of design and construction projects, including electrical improvements, wellfield expansion, conveyance system modeling and design and water treatment plant expansion. Relevant Experience • Transportation Planning • Vanderbilt Beach Road Extension • 2045/2050 LRTP • Golden Gate City Stormwater Drainage Improvement Project • Golden Gate City Water Resource Protection Restoration Master Plan Relevant Experience • Water and Wastewater Master Plan, Bonita Springs Utilities, FL • Wilson Boulevard Widening Wellfield Infrastructure Impact Assessment, Collier County, FL • Green Meadows WTP Expansion, Lee County, FL Relevant Experience • Hurricane Ian Temporary Project Management Staff • Vanderbilt Beach Road Extension • Lake Trafford Road Bike Lanes, Sidewalks, and Drainage Improvements • Peer Review of the Town of Big Cypress Economic Assessment Relevant Experience • Seminole Tribe of Florida Water and Wastewater Masterplan for Hollywood, Brighton, Bid Cypress and Fort Pierce Indian Reservations • Golden Gate City Water Resource Protection Restoration Master Plan 4-2 Page 1921 of 7924 Project Management Services RFP No: 24-8226 Nick De Ciccio, PE Engineer Nathan Lunsford, PE Engineer Darren Dyer, PE Senior Drainage Engineer Cyrus Saharkhiz, PE IT/Communications 7 years of experience 5 years of experience 16 years of experience 9 years of experience Qualifications Nick has 7 years of experience in transportation and site/civil projects. As a project manager and transportation project engineer, Nick has worked on an array of projects including traffic, roadway, transit, facilities, pedestrian bridge relocations and bridge replacement. He has an excellent working relationship with Collier County’s growth management department, public works departments, Seminole Tribe of Florida, and extensive stakeholder interaction experience. Qualifications Nathan has 5 years of experience in transportation roadway, bridge design, and site/civil projects, and project management. He has worked on an array of projects including traffic, roadway, transit, planning, bridge relocation, utility relocations, project pursuits and business development, corridor studies, and presentations. He has an excellent working relationship with Collier County’s Growth Management Department, Collier County Public Works Departments, and extensive stakeholder interaction experience. Qualifications Darren’s experience includes drainage design, environmental permitting, and plans production for infrastructure projects in South Florida. He is experienced preparing preliminary design, final design, and post-design and brings design build experience as owner’s representative. His Florida-specific drainage and permitting experience will add tremendous value to this project. Darren was lead drainage engineer on many of Jacobs and Collier County’s largest roadway projects. Qualifications Cyrus specializes in implementing, commissioning, and troubleshooting PLC code for SCADA-controlled equipment. He has performed field services during construction and implementation of control systems, including equipment inspections, I/O checkout, performance testing, and coordination activities with facility staff and contractor personnel. Cyrus’ work on the County’s SCADA system makes him uniquely qualified to serve the County on this project. Relevant Experience • Transportation Planning • Wilson Blvd Widening Design/Study • Developer Responsibility • Collier Blvd III Phase II Widening • Collier Blvd Bridge Location Study • Vanderbilt Beach Rd Widening Relevant Experience • Transportation Planning • Wilson Blvd Widening Design/Study • Developer Responsibility • Collier Blvd III Phase II Widening • Collier Blvd Bridge Location Study • Pine Ridge Road Corridor Design Relevant Experience • Collier Boulevard III Phase II Widening • Wilson Boulevard Widening Corridor Study • Vanderbilt Beach Road Extension • Vanderbilt Beach Road Widening Relevant Experience • Green Meadows Water Treatment Plant Design and Construction Services, Lee County Utilities, Lee County, FL. • Bonita Springs Water Treatment Plant Control System Improvements, Bonita Springs Utilities, FL 4-3 Page 1922 of 7924 Project Management Services RFP No: 24-8226 Kevin Heldorfer Design Susy Torriente, PE Resilience Jason Bird, CFM Resilience Eddy Joyner, PE Senior Project Manager 22 years of experience 34 years of experience 22 years of experience 29 years of experience Qualifications Kevin has more than 22 years of engineering and on-site experience in various disciplines, focused on Collier County projects. He has served in various roles including Project Designer, Utility Designer, Cost Estimator, Roadway Geometric Designer, and Roadway Alternatives Designer among others. He has managed construction phase services on all transportation projects Jacobs has managed for the County. Qualifications Susanne Torriente is an accomplished organizational strategist with more than 34 years of local government experience in South Florida. She joined Jacobs after serving the City of Miami Beach for 5 years as Assistant City Manager (ACM) and as the City’s first Chief Resilience Officer (CRO). Susanne’s portfolio includes planning, building, code compliance, sustainability and environment management. She has been a presenter at 100s of climate, sustainability and resilience conferences around the world over the last 10 years. Qualifications Jason’s experience focuses on integrated water resources, stormwater, water conservation, infrastructure assessment, green infrastructure/low impact development (LID), and sustainability, including LEED and ENVISION evaluations. He has applied his knowledge of infrastructure design and climate science to risk and vulnerability evaluations of infrastructure to develop mitigation measures and adaptive strategies to protect and enhance capital investment and overall resilience of built and natural assets. Qualifications Eddie is experienced in all aspects of drainage design and project management. He worked as the Environmental Permits Engineer, Assistant Traffic Operations Engineer, and District Drainage Engineer for FDOT District 1. While working in traffic operations, he assisted in the development and implementation of the Sterling Business Model for Traffic Operations and improving the consistency of signs throughout the state. As the Environmental Permits Engineer, Eddie has worked with most major permitting agencies in the state and set environmental permits policy and positions for the District. Relevant Experience • Collier Boulevard III Phase II Widening • Wilson Boulevard Widening • Vanderbilt Beach Road Extension • Vanderbilt Beach Road Widening Relevant Experience • City Resilience, Tyndall Airforce Base • City Resilience, Seattle Public Utilities • Resilience 305, Greater Miami & The Beaches • Miami Beach Strategic Plan Relevant Experience • Stormwater Management Master Plan Update • System Resiliency Program • Ocean Outfall Legislation Program • Flood Mitigation and Resiliency Study Relevant Experience • Lake Wilson Road Widening • Turnpike Widening Sawgrass Expressway • I-4 Ultimate PPP Project from Kirkman Road 4-4 Page 1923 of 7924 Project Management Services RFP No: 24-8226 Licenses 4-5 Page 1924 of 7924 Resume 1 EDUCATION/QUALIFICATIONS BS, Civil Engineering, Polytechnic University, NY REGISTRATIONS/ CERTIFICATIONS Professional Engineer: FL (#59090) Certified Planner: AICP (#314390) YEARS OF EXPERIENCE 37 OFFICE LOCATION Naples, FL Bill Gramer, PE, AICP PROJECT MANAGER/COMMUNITY OUTREACH/HIGHWAY AND ROADWAY/MOT Bill brings more than 37 years of experience managing and coordinating a wide variety of transportation and transit projects, including planning, traffic, roadway, drainage, utility, environmental, minor “local” roadways, major urban arterials, state route, and interstate highways. He has served as Project Manager and/or Project Coordinator for 45 different general service contracts for clients throughout Florida,including Collier County. Bill has expertise in project management, roadway/transit studies and design, bicycle and pedestrian plans (designed more than 100 miles of sidewalks/pathways/bicycle lanes), design-build criteria packages, underground utility design/relocations, PD&E studies,and community outreach. He has also managed over 40 public involvement meetings and over 100 project stakeholder meetings. Relevant Project Experience Project Manager. Wilson Boulevard Widening Corridor Study and Design, Collier County. Collier County, FL.Jacobs conducted a study to evaluate potential roadway corridor improvements to widen Wilson Boulevard from Golden Gate Boulevard to Immokalee Road in northern Collier County. Specifically, the study evaluated widening Wilson Boulevard from a two- lane undivided facility to a four-lane divided roadway with curb and gutter. This study included the development of alternatives, a comparative evaluation of the social and environmental effects, and the overall cost of each option. The project is currently in Design (30%Phase) and also includes the addition of sidewalks, a shared-use path, and bike lanes, as well as enhancing the existing bus stops. Project Manager.Vanderbilt Beach Road Extension Design, Collier County, FL.Managing the design of a new 7-mile, six-lane roadway from Collier Boulevard to 16th St. NE. Responsibilities included providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Project Manager.Collier-Immokalee Intersection Improvements Design, Collier County, FL.Responsible for managing the intersection improvements to the Immokalee Road and Collier Boulevard Intersection, which will provide additional capacity to the intersection and extend Collier Blvd. north approximately one-half mile. The intersection improvements were planned and designed to accommodate a future SPUI at this intersection. Services included roadway alternatives analysis, roadway design, drainage design, sidewalks, bike lanes, pathways, canal relocation, pre-fabricated bridge crossing of canal, box culvert extension, signalization, lighting, utility design, and coordination with FPL for relocation of transmission and distribution lines, and permitting. Page 1925 of 7924 Resume 2 Project Manager.Tree Farm Road Phase II Design, Collier County, FL. Managed the design for the half-mile segment of Tree Farm Road. This two- lane roadway section links four roadways with a new roundabout. The project consists of a new two-lane new roadway with sidewalks, pathways, bike lanes and a new roundabout. The project included water main and force main design and permitting. The project used three adjacent development ponds for stormwater treatment and attenuation. Project Manager.Collier Boulevard III –Phase I (Golden Gate Boulevard to Green Boulevard) Design, Collier County, FL.Managed the widening of 2 miles of the existing four-lane, urban, divided roadway. Responsibilities included managing a multi-firm team in providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Project Manager.Collier Boulevard III –Phase II (Golden Gate Canal to Green Boulevard) Design, Collier County, FL.Managed the widening of 2 miles of the existing four-lane, urban, divided roadway. Responsibilities included managing a multi-firm team in providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Project currently in 90% Phase. Project Manager/Coordinator.Collier Boulevard II (US 41 to Davis Boulevard) Design, Collier County, FL.Coordinated/Managed this design project, which involved roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. Jacobs provided design plans and specifications for widening the existing four-lane roadway to a six-lane facility, including four major intersections. (Permits: SFWMD, USACE FDEP.) Project Coordinator.Oil Well Road Widening and Reconstruction, Collier County, FL.Coordinated the design and permitting for the widening and reconstruction of 11.1 miles of Oil Well Road. The project scope included widening a two-lane rural section to a four lane and six lane urban section. The project included extensive public involvement due to impacts to environmentally sensitive areas as well as heavily developed sections of the corridor. The permitting effort included drainage and environmental impacts as well as wildlife crossings for endangered species such as the Florida Panther. Our team provided a Bridge Design Report, design, and plans for three bridge replacements, two box culvert extensions, and miscellaneous structures. Project Manager.Collier Boulevard I (Golden Gate Boulevard to Immokalee Road) Design, Collier County, FL.Managed the Collier Boulevard (CR 951) project that involved widening three miles of the existing two-lane roadway to a six-lane, urban divided roadway from Golden Gate Boulevard to Immokalee Road. Responsibilities included public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental impacts, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. (Permits: SFWMD, ACOE FDEP.) Page 1926 of 7924 Resume 3 Project Manager.Vanderbilt Beach Road (Airport-Pulling Road to Collier Boulevard) Design, Collier County, FL.Managed the widening of 5.5 miles of the existing two-lane roadway to a six-lane, urban divided roadway. The project required extensive attention to public concerns regarding local access, circulation, traffic demands, impacts to businesses and residential areas, and aesthetics. Project Manager.Immokalee Road (Collier Boulevard to 43rd Avenue NE) Design, Collier County, FL.Managed this design project that involved the 8.1-mile widening of Immokalee Road from two to six lanes. Services provided for this project included complete roadway design, permitting services, drainage design, wetland mitigation, water and force main design, signal design, roadway lighting, traffic studies, and services during construction. Project Manager.Pine Ridge Road (Airport-Pulling Road to Logan Boulevard) Design, Collier County, FL.Managed this design project involving widening Pine Ridge Road from four to six lanes converting the existing rural section to an urban section. The 3.3-mile project included widening Pine Ridge Road through the I-75 interchange. One unique aspect of the project was the redesign of the northbound on-and off-ramps to accommodate dual left-turn lanes. Project Manager/Coordinator.Webber Street (McIntosh Road to Cattleman Road) Design, Sarasota County, FL.The 2-mile, four-lane divided collector roadway included bicycle lanes, grassed center median with streetscaping, retaining walls, a 200-foot bridge (Phillippi Creek), major cross-road culverts, privacy walls for residences,intersection improvements, traffic control devices, a closed storm drain system to serve the roadway, stormwater system to intercept runoff from private properties adjacent to the roadway, pond design compensation for filling within the 100-year flood plain, and facilities for mitigation of environmental and neighborhood impacts. Project Manager.Pine Street (Dearborn St. to US41) Design, Sarasota County, FL.The new roadway was designed as a six-lane divided arterial with a majority of the alignment using a rural section. The project involves the preparation of preliminary and final design drawings, geotechnical investigations, obtaining environmental and drainage permits, traffic signal design, preparation of right-of-way plans, and surveying. The project was developed in stages, with the first 3,000-foot section designed to 100% plans. The project involved extensive wetland mitigation along with mitigation for the Florida Scrub Jay. Transportation Planning Project Experience Project Manager.Collier MPO,2050 Long Range Transportation Plan, Collier County, FL.The Jacobs team is working with the Collier MPO to complete the 2050 Long Range Transportation Plan update identifying implementable projects through 2050. The update includes developing a land use alternative and socioeconomic data for 2050; analyzing modeling results; recommending alternative projects; developing costs of the new projects; refining the goals, objectives, policies, and performance measures; Page 1927 of 7924 Resume 4 evaluating potential projects; development of a Needs Plan and Cost Feasible Plan; and LRTP documentation. Project Manager.Collier MPO, 2045 Long Range Transportation Plan, Collier County, FL.The Jacobs team completed the 2045 Long Range Transportation Plan update identifying implementable projects through 2045. The update included developing a land use alternative and socioeconomic data for 2045; analyzing modeling results; recommending alternative projects; developing costs of the new projects; refining the goals, objectives,policies, and performance measures; evaluating potential projects; development of a Needs Plan and Cost Feasible Plan; and LRTP documentation. The team initiated a virtual public engagement program to reach out the stakeholders, agency representatives, elected officials, and the community during the update. Project Manager.Randall Boulevard and Oil Well Road Corridor Study, Collier County FL.The Randall Boulevard and Oil Well Road Corridor Study was an environmental and engineering study performed to evaluate potential roadway network improvements near Randall Boulevard and Oil Well Road in Collier County, FL. The purpose was to develop an east-west corridor to reduce congestion and improve traffic flow and accommodate future travel demand through 2045. We evaluated potential improvements to existing Randall Boulevard, Oil Well Road, Desoto Boulevard and Everglades Boulevard, as well as potential corridors on a new alignment. The Study involved the development of alternatives, a comparative evaluation of the social and environmental effects and the overall cost of each option. The Study considered traffic operation improvements such as roundabouts, grade separated overpasses, frontage roadways, access management, and new traffic signal locations for the recommended alternative. The Study process was a blending of preliminary engineering, environmental impact assessments, public outreach and agency coordination. Services included the following elements: public involvement; data collection and projections; development of corridor alternatives; development of evaluation methodology and criteria; analysis and ranking of corridor alternatives; and selection of a preferred corridor alternative. Project Coordinator.Immokalee Road at Randall Boulevard Intersection PD&E Study, Collier County FL.The Florida Department of Transportation (FDOT), District 1 initiated a Project Development and Environment (PD&E) study to evaluate proposed improvements at the intersection of Immokalee Road (County Road (CR) 846) and Randall Boulevard (Blvd) in Collier County, Florida. Intersection capacity improvements are needed to accommodate the projected future traffic demand. The proposed project will improve future intersection operations and result in enhanced mobility and safety.Additionally, intersection improvements will increase regional transportation network connectivity, reduce crashes, improve operations on existing evacuation routes, and expand multi-modal access to pedestrian and bicycle traffic in the area. An Initial Alternatives Technical Memorandum was prepared to document the need for the project, the development of intersection improvement alternatives, and a preliminary comparative evaluation based on engineering constraints, environmental effects and preliminary cost Page 1928 of 7924 Resume 5 estimates. Proposed alternatives include at-grade alternatives and grade- separated alternatives to increase the intersection capacity. Project Manager.Collier Boulevard Alignment Study, Collier County, FL. Project performed a comprehensive analysis to determine the type, design, and location of proposed future improvements to Collier Boulevard (CR 951) from U.S. 41 to Immokalee Road, a distance of approximately 15 miles. As part of the study, team developed and analyzed various typical sections and roadway geometry; and evaluated drainage and utility adjustment requirements, site constraints, preliminary environmental, and right-of-way requirements for a six-lane urban divided section with bike lanes, sidewalks, and stormwater management facilities. Project Manager.Vanderbilt Beach Road Extension Corridor Study, Collier County, FL.Managed a corridor study to investigate the feasibility of extending Vanderbilt Beach Road a distance of approximately 10 miles. The initial objective of the study was to identify existing and future transportation demands along the fast-growing extension corridor. That led to creation of conceptual new alignment alternatives that would potentially relieve existing congestion and accommodate future traffic volumes. Alternatives were evaluated for their traffic impacts, cost effectiveness, impacts to area businesses and residents, environmental impacts, and consistency with the Collier County Growth Management Plan. Extensive right-of-way investigations were performed to determine potential impacts of 15 different corridor alternatives. Project Manager.Miscellaneous Planning Services, Collier County, FL.Led the efforts for a variety of transportation planning and engineering services for the Collier MPO and Collier County Planning Department under Jacobs’ (CH2M) General Services contract(s) (2004-present). Services have included: roadway planning and conceptual designs, intersection improvement concepts, preparation of grant applications, project cost estimates, and coordination with FDOT 1 for proposed improvements. Project Manager.Old US 41 Redevelopment Complete Streets Concepts, City of Bonita Springs, FL.This project provided conceptual roadway and storm water designs for Old US 41 from Bonita Beach Road to W. Terry Street. The intent was to evaluate alternatives for roadway, bike lanes, pathways, sidewalks, access management, and storm water improvements. The concepts included roundabout designs at Pennsylvania Avenue and W. Terry Street. Site/Civil Project Experience Project Coordinator.Gordon River Water Quality Park, Collier County, FL. Directly involved in the creation of this 50-acre constructed treatment wetland and public park. Project involves a rare consortium of government agencies and municipalities that have joined together to design and build a constructed wetland facility that, once built, will provide flood attenuation and stormwater treatment for a 2-square-mile urban watershed. Page 1929 of 7924 Felicia Kirby Page 1 of 8 Felicia Kirby Highway Engineering Professional Associate /Transportation Engineer Personal Details Length of service in the profession:9 years Year joined Jacobs:2019 Jacobs office location:Naples/SWF Summary Biography Felicia has a broad range of experience including project management, transportation engineering, environmental permitting, and public involvement, the majority in Southwest Florida. She is skilled in Microstation, ArcGIS, Trimble GNSS Technology, and Adobe Illustrator. Key Skills and Areas of Expertise Environmental permitting and assessments Roadway feasibility and planning studies Project and construction management including cost estimates, coordination of contractors, consultants, subconsultants and inspectors Public involvement and stakeholder engagement GIS data collection and analysis Public Involvement Sidewalk design Education and Qualifications [BEE,Environmental Engineering,University of Central Florida,2015] Registrations and Certifications Project Management Professional,Project Management Institute,18 December 2018, No 2279690, 17 December 2024 Professional Engineer,01 February 2024,No 98147 Employment History February 2019 to Present, Jacobs,Transportation Engineer October 2016 to February 2019, Collier County Facilities Management,Associate Project Manager May 2014 to October 2016, CH2M HILL, Intern & Transportation Engineer January 2013 to April 2013, St Johns River Water Management District, Permit Processing Intern Project Experience ENGINEERING, ENVIRONMENTAL PERMITTING AND PROJECT MANAGEMENT EXPERIENCE Vanderbilt Beach Road Extension,Naples FL,2019 to Present Client:Collier County Role on project:Transportation Engineer and Environmental Consultant Page 1930 of 7924 Felicia Kirby Page 2 of 8 Responsibilities:Performed field data collection and analysis, GIS exhibit preparation and analysis, reports, and environmental permit applications for SFWMD, ACOE, and FDEP for a 307.5-acre project with approximately 5.1 miles of new roadway. Tasks included FLUCCS mapping, wetland delineations, UMAM assessments, coordination of mitigation bank credits, and threatened and endangered species assessments. Organized,prepared materials for, and assisted with the public meeting. Performed quality control for quantities for 90% and 100% deliverables. Scope, description, and value:Design of a new 7 mile 6-Lane roadway corridor and 3 miles of Massey Street with a design fee of nearly $10M and construction cost of $153M. Vanderbilt Beach Road Widening, Naples FL,2019 to Present Client:Collier County Role on project:Transportation Engineer Responsibilities:Project management assistance, utility coordination, and public meeting assistance for widening approximately 2 miles of roadway from four to six lanes. Scope, description, and value:Median-widening design of 1.7 miles of an existing 4-lane roadway to a 6-lane facility with a design fee of $1.3M and an estimated construction cost of $13M. Lake Trafford Road Bike Lanes, Sidewalks and Drainage Improvements, Naples FL, June 2021 to Present Client:Collier County Role on project:Transportation Engineer Responsibilities:Designer and internal manager for approximately 2 miles of new bike lanes, 1 mile of sidewalk connectivity and 2.5 miles of drainage improvements. Performed environmental analysis and evaluated impacts, prepared permit applications and obtained a general permit. Scope, description, and value:To design approximately 19,500 feet of bike lanes along Lake Trafford Road and sidewalk on Lake Trafford Road from Carson Road to SR 29. To design dranage improvements along Lake Traford Road from Little League Road to SR 29 and Carson Road from Lake Trafford Road to Immokalee Drive. Project Status: 90% design. Contract Value: $736,199. Construction Estimate: $10M SCADA Network Expansion Services, Naples FL, April 2021 to Present Client:Collier County Role on project:Engineering Consultant Responsibilities:Performing project assistance, staff augmentation, and engineering assistance for expanding fiber-optic cable to remote sites in Collier County. Assisting with the development of fiber-optic standards for Collier County. Scope, description, and value:To provide staff augmentation services on an ‘as-needed’ basis to provide network expansion services and project assistance to improve Public Utilities SCADA system connectivity. Continuing contracts, in progress. Continuing Contracts Values of $184,400 and $184,790. Hurricane Ian Temporary Project Management Staff, Naples FL, December 2022 to Present Client:Collier County Role on project:Project Manager Responsibilities:Performing staff augmentation services to project manage hurricane repairs to dozens of Collier County building and site locations including the Naples Depot Museum and the replacement of the Marco Island Tax Collector building. Tasks included evaluating and documenting damages, composing RFQ’s to repair Page 1931 of 7924 Felicia Kirby Page 3 of 8 damages, bidding assistance, construction inspection services, FEMA coordination and compliance documentation, and project management over design professionals. Scope, description, and value:To provide staff services on an ‘as-needed’ basis for program management services for projects related to hurricane impacts/repairs primarily from storm surge from the Category 4 hurricane. Ongoing. Contract Value: $248,752. Construction Estimate: Over $3M in projects. Peer Review of the Town of Big Cypress Economic Assessment for Financial Neutrality, Naples FL, April 2022 to September 2023 Client:Collier County Role on project:Project Manager Responsibilities:Performed project management over the evaluation of the draft economic assessment and evaluation of a fiscally neutral or positive impact to the County tax base. Scope, description, and value:To perform a peer review of the Town of Big Cypress Economic Assessment for Financial Neutrality. Ongoing. Contract Value:$49,260. Peer Review of the Collier Rod and Gun Club at the Preserve Economic Assessment for Financial Neutrality, Naples FL, August 2022 to Present Client:Collier County Role on project:Project Manager Responsibilities:Performed project management over the evaluation of the draft economic assessment and evaluation of a fiscally neutral or positive impact to the County tax base. Scope, description, and value:To perform a peer review of the Collier Rod and Gun Club at the Preserve Economic Assessment for Financial Neutrality. Ongoing. Contract Value: $43,646. Transportation Planning/Engineering Studies FY 2022-23, Naples FL, July 2022 to July 2023 Client:Collier County Role on project:Project Manager Responsibilities:Performed project management over various planning, technical and public involvement activities to assist Collier County Transportation Planning staff. Scope, description, and value:To assist Transportation Planning staff on specific work assignments for preparation of planning, technical, analytical, statistical, graphical, public involvement, and product review activities. Complete. Contract Value: $159,960. Developer Responsibility Evaluations FY 2022-2023, Naples FL, June 2022 to June 2023 Client:Collier County Role on project:Project Manager Responsibilities:Performed project management over the evaluation of developer contribution agreement reviews during 2022 to 2023. Scope, description, and value:To provide transportation planning management assistance for Developer Contribution Agreement (DCA) Reviews, review of plans with DCA agreements, establishment of construction cost estimates, assistance with determination of ‘fair share’ for DCA’s, preparation of exhibits and cost estimates. Complete. Contract Value: $54,892. Page 1932 of 7924 Felicia Kirby Page 4 of 8 Kinder Morgan Anomaly Digs 2023, Polk and Hillsborough Counties, February 2023 to August 2023 Client:Kinder Morgan Role on project:Environmental Consultant Responsibilities:Performed environmental wetland and FLUCCS delineations for 6 anomaly dig sites. Assisted with the preparation of various permitting documents. Scope, description, and value:To provide environmental site investigations, permitting, and environmental clearance reports for 7 anomaly dig sites in Florida. Ongoing. Contract Value: $41,587. Collier Boulevard III Widening, Collier County, 2021-2022 Client:Collier County Role on project:Transportation Engineer Responsibilities:Prepared intersection alternative renderings for public meetings and evaluated access management. Organized, prepared materials for, and attended the public meeting. Scope, description, and value:Design of widening an existing 4-lane urban roadway to a 6-lane urban roadway with bike lanes and multi-use pathway, auxiliary lane, and sidewalk. Ongoing. Contract Value:$6M.Construction Estimate:$50M. Bonita Springs Utilities, Bonita Springs FL, May 2020 January 2022 Client:Bonita Springs Utilities Role on project:Environmental Consultant Responsibilities:Performed wetland delineations and FLUCCS mapping for five potential new well sites. Prepared GIS maps for FLUCCS and listed species and prepared wetland forms for permit application documentation. Scope, description, and value:To perform a well siting analysis for and wetland delineations for six existing and two proposed well sites. Naples Manor Sidewalks,Naples FL,September 2020 to August 2021 Client:Collier County Role on project:Transportation Engineer Responsibilities:Designer for sidewalk and drainage improvements for approximately 0.9 miles of new sidewalk. Performed utility coordination and developed cost estimates. Scope, description, and value:To obtain survey, prepare construction plans, specifications, and cost estimates, prepare permits, provide utility coordination, provide bidding assistance and services during construction for the construction of 6-foot-wide sidewalk along Carolina Avenue from Warren Street to Broward Street and along Warren Street from Saint Andrews Boulevard to Carolina Avenue.Ongoing. Contract Value: $129,710. Construction Estimate: $1.3M. Collier County Hurricane Irma Repairs,Naples FL,June 2019 to September 2020 Client:Collier County Role on project:Project Manager Responsibilities:Performed staff augmentation services to project manage hurricane repairs to over 50 different damaged County buildings and park locations. Tasks included evaluating and documenting damages, composing RFQ’s to repair damages, bidding assistance, construction inspection services, FEMA coordination and compliance documentation, and project management over design professionals. Page 1933 of 7924 Felicia Kirby Page 5 of 8 Scope, description, and value:To perform project management support and inspection services for hurricane repair projects from the Category 4 hurricane.Complete. Contract Value: $157,604. Construction Estimate: Over $3M. Pavement Evaluations for Maintenance and Asset Management FY 19, Naples FL,April 2019 to September 2019 Client:Collier County Role on project:Transportation Engineer Responsibilities:Performed pavement evaluations and prioritized maintenance of roads within Collier County. Scope, description, and value:To perform pavement evaluations of a total of 65 centerline miles and 156 lane miles.Contract Value: $37,737. Vanderbilt Beach Drive Seawall Inspection, project location, June 2014 to September 2014 Client:Collier County Role on project:Transportation Engineer Responsibilities:Performed field reviews for structural inspection and provided assistance with repair bid documents. Scope, description, and value:To provide a structural inspection and prepare an inspection report and design plans for repairs to the Vanderbilt Drive Bridge. Freedom Park Vegetation Assessment and Mapping, Collier County, June 2017 Client:Collier County Role on project:Environmental Consultant Responsibilities:Performed Trimble unit field mapping and assessment for post-construction vegetation mapping and wetland monitoring. Scope, description, and value:To design and permit Freedom Park, a 50-acre multiple use stormwater treatment park in Naples. The project treats stormwater from a highly urbanized 3,000-acre watershed using passive ecological nitrogen and phosphorus removal systems, while created a valued environmental education facility and community amenity. Contract Value: $1.4M. Seminole Tribe of Florida Transportation Services, Big Cypress Reservation, May 2014 to August 2014 Client:Seminole Tribe of Florida Role on project:Transportation Engineer Responsibilities:Performed field data collection of transportation inventory, GIS exhibits preparation and analysis, traffic crash report documentation, and LRTP data collection assistance. Scope, description, and value:To provide transportation program management services. Ongoing. Contract Value: $400k TRANSPORTATION PLANNING AND PROJECT MANAGEMENT EXPERIENCE CAT Regional Service and Regional Fare Study,Naples FL,March 2023 to Present Client:Collier MPO and PTNE Role on project:Project Manager Page 1934 of 7924 Felicia Kirby Page 6 of 8 Responsibilities:Performing project management and assisting with the evaluation of adding a new bus route for CAT to drop off to LeeTran. Performed US Census analysis and provided presentations as required. Scope, description, and value:The study evaluates the prospect of implementing additional regional bus service between Collier County and Lee County, including evaluation of and recommendation of a regional fare structure that would be implemented with any future service.The project includes route development,cost estimates,and public involvement.Ongoing. Contract Value: $119,838.00 Collier Boulevard Bridge Location Study,Naples FL,October 2021 to April 2022 Client:Collier County Role on project:Transportation Planner Responsibilities:Performed field review and assisted with Intersection Evaluation Criteria reports. Prepared intersection alternative renderings and evaluated access management. Organized, prepared materials for, and attended the public meeting. Assisted with cost estimates,evaluated environmental impacts,performed alternatives analysis, and composed the study report. Scope, description, and value:To evaluate various locations for a potential new bridge crossing of the CR 951 Canal to provide access from Collier Boulevard to 39th Street SW.Completed.Contract Value:$88,520 Construction Estimate:$2.8M. Wilson Boulevard Corridor Study, Naples FL,May 2021 to February 2022 Client:Collier County Role on project:Transportation Planner Responsibilities:Performed field review and assisted with Intersection Evaluation Criteria reports. Prepared intersection alternative renderings and evaluated access management and composted the study report. Organized, prepared materials for, and attended the public meeting. Scope, description, and value:To evaluate the impacts of widening Wilson Boulevard from 2 lanes to 4 lanes. Tasks include data collection, development of typical section, access management and corridor alternatives; preliminary evaluation of ROW, Environmental, Utility impacts, preliminary evaluation of drainage and bridge options, public involvement, report preparation.Complete. Contract Value: $375,750. Construction Estimate: $60M. Wilson Boulevard Wellhouse-Vault Site Evaluations and Recommendations, Naples FL,August 2021 to January 2022 Client:Collier County Role on project:Project Manager Responsibilities:Performed project management and coordination of disciplines for the analysis of wellsite and vault impacts. Assisted with composing the technical memorandum and assisted with conceptual layouts. Scope, description, and value:To perform an impact assessment of the road expansion on the two well houses and five vaults and to recommend improvements to allow the facilities to remain operational and accessible after the expansion of Wilson Boulevard. Complete.Contract Value: $96,514.Construction Estimate: $9M. Golden Gate Parkway Complete Streets Grant Application, project location, March 2021 to July 2021 Client:Collier County Role on project:Transportation Planner Responsibilities:Performed project management assistance and evaluated information for the NOFO grant criteria. Assisted writing the grant application, the benefit-cost analysis and develop cost estimates. Page 1935 of 7924 Felicia Kirby Page 7 of 8 Scope, description, and value:To coordinate and assist with project development and provide a grant application narrative for a $24M request for a RAISE grant request. Construction Estimate: $31M. Immokalee Road Corridor Congestion Study, Naples FL,February 2019 to February 2021 Client:Collier County Role on project:Transportation Planner Responsibilities: Scope, description, and value:To perform an analysis for future 5-year and 20-year conditions along an approximately 2.3-mile segment of Immokalee Road, from Livingston Road to Logan Boulevard, including nine intersections.To obtain traffic counts, evaluate surrounding land use, and project traffic forecasts along the corridor and at the intersections for existing 2019, 2025, and 2040 conditions. To perform an alternatives analysis for both conventional and innovative alternatives at each of the intersections. To perform public outreach and prepare concept exhibits and provide recommendations and cost estimates for improvements. Complete.Contract Value: $199,499.Construction Estimate:Over $82M in improvements. CAT and Collier MPO Park-and-Ride Study,Naples FL,December 2019 to January 2021 Client:Collier County Role on project:Transportation Planner Responsibilities:Researched and performed selection of proposed sites. Developed ranking criteria and evaluated and ranked sites. Managed and created documents for public involvement. Analyzed potential funding sources and composed technical memorandums and composed the final report. Scope, description, and value:To identify and develop a standardized methodology for locating, operating, and maintaining possible park-and-ride sites in Collier County. To provide conduct public outreach and research successful park-and-ride programs throughout the region. To perform an analysis on census data, land use, destination locations, traffic data, regional connectivity, proximity to transit and stakeholder input to evaluate and determine potential and recommended sites. To provide cost estimates and develop a Park-and-Ride Handbook to assist with the evaluation process for future sties. Contract Value: $119,900. Adaptive Traffic Signal Control System Documents on Cypress Lake Drive/Daniels Parkway, Lee County Client:Lee County Role on project:Transportation Planner Responsibilities:Performed research and analysis on the implementation of intelligent transportation systems along the roadway and composed the Systems Engineering Documents and final reports. Scope, description, and value:To evaluate the implementation of adaptive traffic signal control and perform a Systems Engineering Analysis for Intelligent Transportation Systems for Cypress Lake Drive/Daniels Parkway in Lee County. *COMPLETED WITH PREVIOUS EMPLOYER *Project Management of Various Parks and Facilities Projects, Collier County,October 2016 to February 2019 Client:Collier County Role on project:Project Manager Page 1936 of 7924 Felicia Kirby Page 8 of 8 Responsibilities:Performed project management and construction engineering inspection with over 86 different Purchase Orders/Projects. Projects include buildings and parks within Collier County. Scope, description, and value:To perform repair/rehabilitation projects and new construction to various Collier County facilities, sites, and parks.Construction Estimate: over $4.2M. Page 1937 of 7924 Page 1938 of 7924 Project Management Services RFP No: 24-8226 5. Project Management Team Experience The Jacobs team has the experience, expertise and skill set(s) required to deliver the services needed for this Request for Proposal, as well as a demonstrated record of successful performance on similar projects. Our team offers a deep bench of technical professionals with local presence and experience to deliver immediate and responsive planning and engineering services. Many of our team members have worked together before providing relevant services for Collier County, and bring this understanding of local conditions, priorities, regulations, and agencies, as well as your preferred methods of project delivery and standards for quality. The Jacobs team has significant experience working within Collier County and has previous experience working on dozens of general service contracts on an as-needed basis. We have included the following 4 staff augmentation projects in Section 5a Reference Forms: Transportation Planning Services, Developer Responsibility, Traffic Impact Studies (TIS), and Program Management Support Services for Hurricane Ian. Our Collier County experience, along with our team’s extensive experience with Study, Design, Construction and Post-Construction for Stormwater, Utility, Roadway, and Capital Improvement projects, will result in a successful relationship with Collier County Capital Project Planning, Impact Fees & Program Management Division, Stormwater Management Section. Local, Relevant Project Experience 1. 100+ General Service Contracts (Roadway, Stormwater, Utility, etc.) 2. Vanderbilt Beach Road Extension 3. Collier Boulevard III Phase II Widening 4. Wilson Boulevard Widening 5. Vanderbilt Beach Road Widening 6. Pine Ridge Road Corridor Improvements 7. Immokalee Road Design Phase I and Phase II 8. Palm River Bridge Replacement 9. City of Naples Water Main Relocation 10. Golden Gate City Stormwater Drainage Improvements (SW) 11. Golden Gate City Water Resource Protection – Restoration Master Plan 12. TIGER Grant Immokalee Complete Streets 13. Collier County Water Control Structural Evaluations 14. Wilson Boulevard Corridor Study 15. Immokalee Road Corridor Congestion Study 16. Collier Boulevard Bridge Location Study 17. Sunshine Boulevard Sidewalks & Pedestrian Bridge (LAP) Drainage Study for Cross Bayou Estates Flooding Alleviation System Resilience Plan for Water/Wastewater Systems No-Discharge Stormwater Master Plan for the D.L. Tippin Water Treatment Facility Golden Gate City Water Resource Protection – Restoration Master Plan City of Miami Beach Integrated Water Resource Master Plan City of St. Petersburg Integrated Water Resources Master Plan Pinellas County Watershed Management Plan Update City of Key West Stormwater Master Plan Neighborhood Flooding Plans, Engineering Services for Drainage-Related Capital Improvement Projects City of St Petersburg Citywide Stormwater Management Master Plan Update Regional Jacobs Experience in Stormwater Master Planning Includes: 5-1 Page 1939 of 7924 Project Management Services RFP No: 24-8226 VANDERBILT BEACH ROAD EXTENSION Client: Collier County, FL Completed: Ongoing Jacobs managed design for the extension of Vanderbilt Beach Road, a new 7-mile road from east of Collier Boulevard (CR 951) to 16th Street Northeast. We led public involvement, roadway design, drainage, permitting, maintenance of traffic (MOT), structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. The project includes relocating a 2-mile section of the Cypress Canal to the south of the roadway and three new bridges at Curry Canal, Corkscrew Canal, and Orange Tree Canal. Minor improvements to existing intersecting streets will be included at Weber Boulevard, Danbury Boulevard, Massey Street, Douglas Street, Wilson Boulevard, 8th Street Northeast, 16th Street Northeast and a new intersection will be constructed to Greyhawk Trail for the Golf Club of The Everglades. Our team provided stormwater design utilizing exfiltration trench for 16 drainage basins, including 11 wet detention ponds and 5 dry detention ponds to treat water quality prior to discharge to the canals. The project included continuous coordination with SFWMD conceptual Environmental Resource Program and construction permits. The project also included utility relocation and wastewater, potable, and raw water main design. The project included ROW acquisition of over 300 parcels comprising 314 acres. We conducted an environmental assessment, developing innovative approaches to wetland delineations and Florida Land Use, Cover, and Forms Classification System mapping using a mobile data collection platform. The project included a listed species assessment and surveys as well as wetland and other surface water impacts. Jacobs successfully coordinated mitigation credits for the County to purchase from mitigation banks to address impacts to both wetlands and the Florida panther. An environmental resource permit was issued by SFWMD in 2021 with a single request for additional information. We coordinated with USACE and FDEP and obtained a state 404 permit. COLLIER BOULEVARD III DESIGN (GOLDEN GATE CANAL TO GOLDEN GATE BOULEVARD) Client: Collier County, FL Completed: Ongoing We are managing the widening of 4 miles of the existing four-lane, urban divided roadway. Tasks included public involvement, roadway design, drainage, permitting (SFWMD, USACE, and FDEP), MOT, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Phase I (Green to Golden Gate Boulevard) has been constructed. Phase II (Main Golden Gate Canal to Green Boulevard) is currently at 90% Design and will be completed early 2025. Our stormwater design team utilized the extra treatment and attenuation constructed as part of the Collier Boulevard Phase I Widening Project to satisfy the permitting requirements of the Collier Boulevard Phase III Widening Project. ROADWAY - S TORMWATER PROJECT EXPERIENCE 5-2 Page 1940 of 7924 Project Management Services RFP No: 24-8226 WILSON BOULEVARD CORRIDOR STUDY AND DESIGN Client: Collier County, FL Completed: 2021, Design Ongoing This project proposed to widen Wilson Boulevard, from Golden Gate Boulevard to Immokalee Road (approximately 3.2 miles), from a 2-lane undivided roadway to a 4-lane divided roadway with curb and gutter. The study involved the evaluation of alternative alignments to improve mobility, enhance safety, and accommodate future traffic volumes, while avoiding or minimizing impacts to the community and natural environment. Proposed improvements also included the addition of sidewalks, a shared-use path, and bike lanes for improved multimodal mobility, as well as bus stop enhancements. Additional project elements included changes to access at the intersections, upgrades to the drainage system, replacement of the existing bridge, relocation of utilities, and acquisition of right-of-way. As the Prime Consultant, our team provided access management analysis, alternative’s analysis, a preliminary bridge type selection report, drainage and pond siting analysis, utility analysis, environmental analysis, right-of- way analysis, a public involvement meeting, and cost estimates. Our stormwater design team will utilize a combination of wet and dry ponds along the corridor to treat and attenuate stormwater runoff and discharge into the Cypress Canal and Corkscrew Canal. COLLIER BOULEVARD II DESIGN (US 41 TO DAVIS BOULEVARD) Client: Collier County, FL Completed: 2009 We managed development of design plans and specifications for widening the existing four-lane roadway to a six-lane facility, including four major intersections, as part of a roadway capacity improvements project for a 7-mile segment. We coordinated SFWMD, USACE and FDEP permits. Our team provided stormwater design utilizing exfiltration trenches along the median of the corridor and control structures to attenuate water prior to discharge into the CR-951 Canal. TREE FARM ROAD (DAVILA STREET TO WOODCREST DRIVE) Client: Collier County, FL Completed: 2018 We led design for the half-mile segment of Tree Farm Road. This two-lane roadway section links four roadways with a new roundabout. The new two-lane roadway includes sidewalks, pathways, bike lanes, and a new roundabout. The project included water main and force main design and permitting. Our stormwater design included three adjacent development ponds for stormwater treatment and attenuation. We prepared design plans in MicroStation, conducted public involvement meetings, prepared permitting packages (SFWMD, USACE, and FDEP), and performed field calculations. 5-3 Page 1941 of 7924 Project Management Services RFP No: 24-8226 RANDALL BOULEVARD AND OIL WELL ROAD CORRIDOR STUDY Client: Collier County, FL Completed: 2019 This project consisted of an environmental and engineering study to evaluate potential roadway network improvements near Randall Boulevard and Oil Well Road in Collier County. The purpose was to develop an east-west corridor to reduce congestion and improve traffic flow and accommodate future travel demand through 2045. We evaluated potential improvements to existing Randall Boulevard, Oil Well Road, Desoto Boulevard, and Everglades Boulevard, as well as potential corridors on a new alignment. The study involved the development of alternatives, a comparative evaluation of the social and environmental effects, and the overall cost of each option. The study considered traffic operation improvements such as roundabouts, grade separated overpasses, frontage roadways, access management, and new traffic signal locations for the recommended alternative. The study process was a blending of preliminary engineering, environmental impact assessments, public outreach, and agency coordination. Services included the following elements: public involvement, data collection and projections, development of corridor alternatives, development of evaluation methodology and criteria, analysis and ranking of corridor alternatives, and selection of a preferred corridor alternative. As part of the study, our stormwater design team identified potential pond site locations for stormwater treatment and attenuation. IMMOKALEE ROAD AT RANDALL BOULEVARD INTERSECTION PD&E STUDY Client: FDOT, District 1, FL Completed: 2019 FDOT District 1 initiated a Project Development and Environment (PD&E) study to evaluate proposed improvements at the intersection of Immokalee Road and Randall Boulevard. Intersection capacity improvements are needed to accommodate the projected future traffic demand. The proposed project will improve future intersection operations and result in enhanced mobility and safety. Additionally, intersection improvements are needed to increase regional transportation network connectivity, reduce crashes, improve operations on existing evacuation routes, and expand multimodal access to pedestrian & bike traffic in the area. An Initial Alternatives Technical Memorandum was prepared to document the need for the project, the development of intersection improvement alternatives, and a preliminary comparative evaluation based on engineering constraints, environmental effects, and preliminary cost estimates. Proposed alternatives included at-grade alternatives and grade- separated alternatives to increase the intersection capacity. As part of the study, our stormwater design team identified potential pond site locations for stormwater treatment and attenuation. 5-4 Page 1942 of 7924 Project Management Services RFP No: 24-8226 IMMOKALEE ROAD-COLLIER BOULEVARD INTERSECTION IMPROVEMENTS Client: Collier County, FL Completed: 2019 The project consisted of improvements to the Immokalee Road - Collier Boulevard Intersection to provide additional capacity (triple-lefts) to the intersection and extend Collier Boulevard north approximately one-half mile. Services included: roadway alternatives analysis, roadway design, drainage design, sidewalks, bike lanes, pathways, Cocohatchee Canal Relocation (USACE N.W. Permitting), pre-fabricated bridge crossing of Cocohatchee Canal, CR 951 box culvert extension, signalization, lighting, utility design (36-inch water main, 30-inch water main (42-inch, 540 linear feet directional drill), 16- inch force main, 24-inch reclaimed water main), coordination with FPL for relocation of transmission and distribution lines, permitting (SFWMD, USACE, FDEP), boat ramp design, and coordination with adjacent developments (NCH Hospital, CVS, SFWMD). Our stormwater design team provided onsite treatment and attenuation utilizing dry detention ponds adjacent to the intersection as well as compensatory storage within adjacent developments to minimize costs and maximize treatment. LAP PROJECTS – SIDEWALKS Client: Collier County, FL Completed: 2020 Golden Gate Collector Sidewalk LAP Project. This project includes design of construction plans, specifications, and cost estimating services for the construction of 6-foot-wide sidewalks. Improvements include signing and pavement marking, driveway apron improvements, adjustment of existing utilities, and drainage improvements. Pedestrian safety has been improved with crosswalks and detectable warning surfaces at each intersection, as well as bus bays for each transit stop. In addition, pedestrian safety has been improved by resurfacing driveways and connecting to the existing sidewalks. The sidewalks are designed in accordance with current FDOT Manual of Uniform Minimum Standards. TRANSPORTATION PROGRAM MANAGEMENT Client: Seminole Tribe of Florida Completed: Ongoing Our team provides Transportation Program Management Services for all six reservations in Florida including Hollywood, Tampa, Big Cypress, Brighton, Fort Pierce, and Immokalee. Services include plan review, preparation of LRTP, grant writing, safety audits, asset management, pavement evaluations, cost estimating, bid reviews, budget analysis, safety plan, access management and roadway design, work order preparations, RFP preparation services, FDOT, BIA, and FHWA coordination, public involvement, and planning. Our stormwater design team assists with drainage master planning services for the Seminole Tribe of Florida Projects. 5-5 Page 1943 of 7924 Project Management Services RFP No: 24-8226 CITY OF MIAMI BEACH INTEGRATED WATER RESOURCE MASTER PLAN Client: City of Miami Beach, FL Completed: Ongoing Meteorological projections indicate extreme weather events in Miami Beach could increase 20-40% by year 2075. Jacobs is supporting the City of Miami Beach in the development of $300M overall Integrated Water Management Plan, with a key component focused on urban flood resilience and the utilization of the benefits of urban green-spaces and naturalized water-flows (blue/green infrastructure). The team is developing and analyzing modeling data, prioritizing proposed improvements, and evaluating proposed impacts to roadway elevations and existing utility infrastructure citywide. To integrate such a sweeping measure, we are analyzing and synthesizing relevant geospatial information, reviewing City guidelines, and planning documents, and findings from previous projects to inform City-wide policy frameworks for blue/green infrastructure and neighborhood project prioritization considering current capital improvement planning efforts. CITY OF ST. PETERSBURG INTEGRATED WATER RESOURCES MASTER PLAN Client: City of St. Petersburg, FL Completed: 2019 Jacobs was responsible for the development of a 20-year master plan that considers capital needs for water supply, water treatment, water distribution, wastewater collection, wastewater treatment, reclaimed water, stormwater, and surface water management. This plan required detailed Facility Plans for each utility asset class and identifying capital needs through 2040. The Master Plan incorporated considerations for climate adaptation, population growth, redevelopment corridors, community-based priorities, sunsetting expired assets and facilities, and regional utility coordination. The following applicable work is being performed related to Asset Management of the water utility systems: Coordination of CMMS system with GIS platform for as-built documentation and attribute tables; Identification of last condition inspection and PACP scores; Coordination with upstream/downstream assets and operational records; Identification of system vulnerabilities, sanitary and reclaimed water overflows, customer complaints; Development of risk criteria categories, weightings, and scores; Prioritization of capital needs based on risk (likelihood of failure & consequence of failure), political district boundaries, environmental justice areas, and affordability constraints. STORMWATER SPECIFIC PROJECT EXPERIENCE 5-6 Page 1944 of 7924 Project Management Services RFP No: 24-8226 PINELLAS COUNTY - WATERSHED MANAGEMENT PLAN UPDATE AND OPTIMIZATION STUDY Client: Pinellas County, FL Completed: Ongoing The Jacobs team is providing Pinellas County with an updated watershed management plan (WMP) for the highly urbanized Starkey Road Watershed. The comprehensive WMP update comprises approximately 7,330 acres. The study will primarily be focused on water quality, flood control, and natural systems improvement projects. The WMP will also consider future scenarios by incorporating sea level rise (SLR) and climate change as related to rainfall patterns (changes in depth, duration, and intensity) as part of the County’s resiliency planning efforts. This WMP will be used as a tool in the planning, regulation, and management of watersheds for future development and determining and prioritizing capital improvement projects. The project will incorporate recent environmental permit (ERP) as-built plan data to bring the WMP up to current conditions and refine the model network with appropriate sub- basins and hydraulic features built within the watershed from the 2012 WMP update. Additionally, 2019 LiDAR DEM will be employed for all newly developed subbasins in the watershed. Cost: $499,828 (planning fee). NO-DISCHARGE STORMWATER MASTER PLAN FOR THE D.L. TIPPIN WATER TREATMENT FACILITY Client: City of Tampa, FL Completed: 2020 The value the Jacobs team brings to the County is showcased in the delivery of this Master Plan with Jacobs’ unique multidisciplinary collaboration and forward- thinking integrated water resources approach in planning and design. Through this approach, the team developed innovative solutions for a no- discharge plan via a combination of traditional and green infrastructure to route and treat stormwater before making it to the facility’s treatment intake, as well as engaging permitting agencies and stakeholders early in the project to facilitate issuance of a Conceptual ERP. The David L. Tippin Water Treatment Facility (DLTWTF) produces potable water for the residents of Tampa by treating raw water from the Hillsborough River Reservoir. Upgrades to the DLTWTF are in progress. To plan for these upgrades, the Jacobs stormwater team prepared a stormwater Master Plan to implement a no-discharge plan that would route the onsite stormwater to the treatment plant’s intake for use as raw water. This option provides multiple regional benefits including the elimination of off-site discharges and reduction of withdraws, supporting both pollutant reduction and minimum flow considerations for the Hillsborough River. To implement this Master Plan, Jacobs prepared an ERP application for Conceptual Permit and is in the process of beginning design of the stormwater features needed to route stormwater from the facility to the intake. Existing and Future condition simulations were assessed for the 25yr-24hr and 100yr-24hr storm events. 5-7 Page 1945 of 7924 Project Management Services RFP No: 24-8226 CITY OF KEY WEST STORMWATER MASTER PLAN UPDATE Client: City of Key West, FL Completed: Ongoing Since 1985, Jacobs has been working with the City of Key West to provide a variety of planning, engineering, and construction services projects under the General Engineering Service Contract. Jacobs recently submitted a Citywide Stormwater Management Master Plan; 20-yr Stormwater and Utilities Needs Analyses; design of stormwater collection catch basins and piping; engineering services for feasibility investigations of a trenchless installation; engineering services for the rehabilitation of pump stations; design and permitting assistance for the abandonment of stormwater gravity wells; provide guidance in support of the application of sea level rise (SLR) and rainfall projections and the development of tidal boundary conditions for use in stormwater management and other city infrastructure projects. NEIGHBORHOOD FLOODING PLANS, ENGINEERING SERVICES FOR DRAINAGE-RELATED CAPITAL IMPROVEMENT PROJECTS Client: Pasco County, FL Completed: Ongoing Through the General Engineering Services contract, Jacobs is delivering drainage analysis and concept plan projects to improve drainage in various neighborhoods. Project tasks include analyzing existing conditions of the project area via field reconnaissance and developing H&H models, developing and analyzing alternatives to improve the system and reduce flooding to develop a concept plan, cost estimates and SWFWMD cost/benefit analysis for proposed alternatives, and understanding and analyzing alternatives for future conditions for tidally influenced areas. CITY OF ST PETERSBURG CITYWIDE STORMWATER MANAGEMENT MASTER PLAN UPDATE Client: City of St Petersburg, FL Completed: 2019 Jacobs developed a watershed model that covered 26 basins in Pinellas County and shares many boundaries with County- maintained watersheds. Jacobs brought in-depth experience in highly urbanized watersheds, which positioned us to effectively develop robust watershed management plans and sustainable BMP projects to mitigate watershed flooding and improve water quality. The project included: • Large, highly urbanized watershed model development • Data collection, collation, evaluation, and assembly from various sources • Data gap analysis, field reconnaissance, and data acquisition • SLR and climate change assessment • Model parameterization, development, calibration, and verification as well as floodplain analysis • Level of service (LOS) analysis based on the City’s LOS criteria and identification of LOS deficiency areas • Model simulations for future conditions with SLR and rainfall projections • Stakeholder involvement through meetings and virtual website • BMP alternative analysis both flood reduction and water quality 5-8 Page 1946 of 7924 Project Management Services RFP No: 24-8226 • Evaluation of sustainable management of complex flood and water quality issues, including use of injection wells and potential development of new potable water sources from excess runoff to capture and store fresh water inland versus discharging it to nutrient limited estuaries. DRAINAGE STUDY FOR CROSS BAYOU ESTATES FLOODING ALLEVIATION Client: Pinellas County, FL Completed: 2017 The Jacobs team is conducting a drainage study to analyze drainage in the Cross Bayou Estates area to provide alternatives and alleviate flooding in areas of concern. The study evaluated the alternatives by developing a localized H&H model where a cross- watershed interaction exists to design an outfall for flood relief and offline storage for water quality improvements. With the localized knowledge of this area, Jacobs is working with the County on the current CIP project of 82nd Avenue North Outfall design to alleviate flooding. SYSTEM RESILIENCE PLAN FOR WATER/WASTEWATER SYSTEMS Client: JEA Completed: 2023 JEA owns and operates more than 1,400 wastewater lift stations, 11 water reclamation facilities, 134 wells, 37 water treatment plants, and 4 chilled water plants, serving 1.5 million people across a 900-square-mile service area spanning four counties. Severe weather impacts and storms since 2016 have caused electrical power disruptions, flood damage and equipment failures resulting in service interruptions and sewer overflows. JEA retained Jacobs to develop a comprehensive Resilience Plan that serves as an action-oriented guide to position JEA for long-term reliability and resilience for potable water, wastewater, chilled water, and reclaimed water systems through identification of flood risk, development and prioritization of mitigation strategies, and the development of updated design standards to account for climate change for future capital projects. In addition to developing the Wastewater/Water System Resilience Plan, Jacobs provided program management, engineering, and design services to improve system reliability and resiliency during extreme weather events. 5-9 Page 1947 of 7924 Project Management Services RPS No: 24-8226 5a. Reference Forms Jacobs has served the County with staff support task orders for decades relating to roadway, stormwater, and utility disciplines including studies, design, construction, permitting, peer reviews, manage/review scopes of work, construction plans, construction estimates, and bid-related documents. Client reference forms for projects similar in nature to Project Management Services (staff augmentation) can be found on the following pages. REF. # PROJECT NAME CLIENT SCORE 1 Transportation Planning/Engineering Studies FY 2020 – 2024 Collier County, FL 99 2 Developer Responsibility Evaluations FY 2020 – 2024 Collier County, FL 100 3 Traffic Impact Studies (TIS) FY 2020 – 2024 Collier County, FL 98 4 Program Management Support Services for Hurricane Project(s) Collier County, FL 100 5a-1 Page 1948 of 7924 Project Management Services RPS No: 24-8226 Reference Form #1: Transportation Planning/Engineering Studies CLIENT: Collier County KEY PERSONNEL: Bill Gramer, Felicia Kirby, Nathan Lunsford, Nick De Ciccio, Kevin Heldorfer, Eric Bridges RELEVANCE TO PROJECT MANAGEMENT SERVICES  Stormwater Design  Water Planning  Utility Master Planning  Conceptual Design Work  Roadway Planning  Sidewalks and Transportation  Infrastructure Needs Assessment  Phasing Plan PROJECT DESCRIPTION AND SERVICES PROVIDED Jacobs has aided Collier County Transportation Planning staff on an as- needed basis for many years involving planning, technical, analytical, statistical, graphical, public involvement, and product review activities. In this capacity, Jacobs has aided the County on numerous projects under this task service including:  Immokalee Rd / Camp Keais Rd Review  Pine Ridge Rd Corridor Improvements  Town of Big Cypress Corridor Evaluation  Immokalee Rd at Wilson Blvd Intersection Alternatives  Bayshore Road Diet / Access Management Traffic Study  Palmetto Ridge High School and Corkscrew Elementary & Middle School Access Management Study  Danford St Drainage Assessment 5a-2 Page 1949 of 7924 Project Management Services RPS No: 24-8226 Reference Form #2: Developer Responsibility Evaluations CLIENT: Collier County KEY PERSONNEL: Bill Gramer, Felicia Kirby, Nathan Lunsford, Kevin Heldorfer RELEVANCE TO PROJECT MANAGEMENT SERVICES  Stormwater Design  Developer Agreements  Utility Master Planning  Traffic Management  Access Management  Sidewalks and Transportation  Infrastructure Needs Assessment  Phasing Plan PROJECT DESCRIPTION AND SERVICES PROVIDED Jacobs has aided the Collier County Growth Management Department with ongoing Developer Responsibility tasks such as Developer Contribution Agreement (DCA) Reviews, reviewing plans associated with DCA agreements, developing construction cost estimates, assistance with "Fair Share” developer obligations, and preparation of pertinent exhibits. During this work, Jacobs staff have completed assignments on:  Tractor Supply Co  Noah’s Way/Abercia North  Affordable Housing in Golden Gate City  St. John Paul Parish II  Arthrex Golf Course and VA Hospital  FPL Fibernet Review  The Karlyn Development 5a-3 Page 1950 of 7924 Project Management Services RPS No: 24-8226 Reference Form #3: Traffic Impact Studies (TIS) CLIENT: Collier County KEY PERSONNEL: Bill Gramer, Nick De Ciccio, Felicia Kirby, Tom Ross RELEVANCE TO PROJECT MANAGEMENT SERVICES  Developer Agreements  Synchro  Traffic Modeling  Technical Reporting  Mapping, GIS  Sidewalks and Transportation  Infrastructure Needs Assessment  Phasing Plan PROJECT DESCRIPTION AND SERVICES PROVIDED Jacobs was contracted by the County to assist with Concurrency, Capacity, and Transportation Planning Services. These included hundreds of TIS reviews for concurrency analysis, consistency with the Collier County Growth Management Plan, traffic and operational plan reviews, site plan reviews, and relevant exhibits and maps as needed. In this role, Jacobs staff has completed hundreds of TIS’s and associated documentation that is integral to the smart growth of Collier County. Diverging Diamond Interchange (DDI) at I-75 and Immokalee Rd Concept 5a-4 Page 1951 of 7924 Project Management Services RPS No: 24-8226 Reference Form #4: Program Management Support Services for Hurricane Project(s) CLIENT: Collier County KEY PERSONNEL: Felicia Kirby, Bill Gramer RELEVANCE TO PROJECT MANAGEMENT SERVICES  Staff Augmentation  Technical Document Creation  Disaster Readiness and Relief  Review Scopes of Work  Bid Procurement Procedures  Reviewing Design and Construction Plans  Inspections  Review Permits PROJECT DESCRIPTION AND SERVICES PROVIDED Collier County’s location on the Gulf of Mexico makes it especially prone to hurricanes as numerous storms have passed directly over or nearby the County in recent history. In September 2022, Hurricane Ian made landfall in Punta Gorda. As part of this contract, Jacobs is providing extensive assistance to the County on tasks related to hurricane impacts and repairs on an as- needed basis. Additionally, Jacobs also assisted in emergency work following the landfall of Ian and the widespread impacts it had on the County’s infrastructure. 5a-5 Page 1952 of 7924 Page 1953 of 7924 Project Management Services RFP No: 24-8226 6. Cost to the County / Rate Schedule The rates shown below will be utilized for RFP No. 24-8226. A full rate schedule for additional staff will be developed during contract development. Line # Position Title Hourly Rate Weight Factor Weighted Hourly Rate 1 Principal Project Manager $275 10 2,750 2 Senior Project Manager $230 30 6,900 3 Project Manager $195 60 11,700 Total: 21,350 6-1 Page 1954 of 7924 Page 1955 of 7924 Project Management Services RFP No: 24-8226 7. Local Vendor Jacobs’ fully staffed and local office is located at 5811 Pelican Bay Blvd #305, Naples, FL 34108. Jacobs’ local Naples office 7-1 Page 1956 of 7924 Project Management Services RFP No: 24-8226 7-2 Page 1957 of 7924 Project Management Services RFP No: 24-8226 7-3 Page 1958 of 7924 Page 1959 of 7924 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. 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. x x x x x x x x x x General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. 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. Not Applicable 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. x x x x Not applicable Not applicable x Page 1960 of 7924 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 _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: June 24 Florida Jacobs Engineering Group Inc. 5811 Pelican Bay Blvd., Suite 305 Naples, FL 34108 P13217 95-4081636 3T810 (561) 914.0192 Ellen.Patterson@jacobs.com Ellen B. Patterson Geographic Operations Manager Collier 13 Page 1961 of 7924 Additional Contact Information Send payments to: (required if different from above) 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: Title: Address: City, State, ZIP Telephone: Email: Jacobs Engineering Group Inc. Bill Gramer, PE, AICP Project Manager 800 Market Street, Lockbox 18713F St. Louis, MO 63150-8713 239.860.4922 Bill.Gramer@jacobs.com Naples, FL Bill Gramer, PE, AICP Project Manager 5811 Pelican Bay Blvd., Suite 305 Naples, FL 34108 239.860.4922 Bill.Gramer@jacobs.com Page 1962 of 7924 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. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Jacobs Engineering Group Inc. Ellen B. Patterson, Geographic Operations Manager Florida Orange x 13th June 2024 Ellen B. Patterson Personally Known Noemi Arroyo Page 1963 of 7924 State of Florida Department of State I certify from the records of this office that JACOBS ENGINEERING GROUP INC.is a Delaware corporation authorized to transact business in the State of Florida,qualified on February 12,1987. The document number of this corporation is P13217. 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 20,2024,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 Sixth day of June,2024 Tracking Number:6158957378CU 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 1964 of 7924 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. _____________________________________ Company Name _____________________________________ Signature _____________________________________ Print Name and Title State of ___________________ County of _________________ The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this ______ day of ____________ (month), (year), by (name of person acknowledging). _________________________________________ (Signature of Notary Public) __________________________________________________________ (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ______________________________________ Type of Identification Produced Jacobs Engineering Group Inc. Ellen B. Patterson, Geographic Operations Manager Florida June 2024 Ellen B. Patterson Orange x 13th Noemi Arroyo Personally Known Page 1965 of 7924 Page 1966 of 7924 Page 1967 of 7924 Page 1968 of 7924 Page 1969 of 7924 Page 1970 of 7924 Page 1971 of 7924 Page 1972 of 7924 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: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ 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: _________________________________________ Date: _____________________________ Address in Collier or Lee County: _____________________________________________________________________ Signature: ____________________________________________ Title: _____________________________ x x 60,157 x x 2004 Collier: 25. Lee: 30 Jacobs Engineering Group Inc.June 14, 2024 5811 Pelican Bay Blvd., Suite 305, Naples, FL 34108 Geographic Operations Manager Ellen B. Patterson Page 1973 of 7924 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:JACOBS ENGINEERING GROUP INC ENGINEERING BUSINESS 45.50 SEPTEMBER 30, 2024 COMM / PUD PL2023-8067 JACOBS ENGINEERING GROUP INC ATTN: TAX DEPT. 6312 S FIDDLERS GREEN CIR #200N GREENWOOD VILLAGE, CO 80111 220847 214-583-8441 Corporation WWW-24-00457482 2822 03600101 01/26/2024 5811 PELICAN BAY BLVD #305 Page 1974 of 7924 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:CH2M HILL, INC ADMINISTRATIVE OFFICE 45.50 SEPTEMBER 30, 2024 COMM / PUD PL2023-8075 CH2M HILL, INC ATTN: TAX DEPT. 6312 S FIDDLERS GREEN CIR #200N ENGLEWOOD, CO 80111 033232 596-1715 Corporation WWW-24-00457472 03606401 01/26/2024 5811 PELICAN BAY BLVD #305 Page 1975 of 7924 COLLIER COUNTY BUSINESS TAXCOLLIER COUNTY TAX COLLECTOR - 2800 N. HORSESHOE DRIVE - NAPLES FLORIDA 34104 - (239) 252-2477 BUSINESS TAX NUMBER: LOCATION: LEGAL FORM DISPLAY AT PLACE OF BUSINESS FOR PUBLIC INSPECTION. FAILURE TO DO SO IS CONTRARY TO LOCAL LAWS. CLASSIFICATION: CLASSIFICATION CODE:DATE AMOUNTRECEIPTThis document is a business tax only. This is not certification that licensee is qualified. It does not permit the licensee to violate any existing regulatory zoning laws of the state, county, or cities nor does it exempt the licensee from any other taxes or permits that may be required by law. VISIT OUR WEBSITE AT: www.colliertaxcollector.com THIS RECEIPT EXPIRES ZONED:BUSINESS PHONE: -THIS TAX IS NON-REFUNDABLE- STATE OR COUNTY LIC #:CH2M HILL ENGINEERS INC ENGINEERING BUSINESS 45.50 SEPTEMBER 30, 2024 COMM / PUD PL2023-8076 CH2M HILL ENGINEERS INC ATTN: TAX DEPT. 6312 S FIDDLERS GREEN CIR #200N ENGLEWOOD, CO 80111 102498 214-583-8441 Corporation WWW-24-00457456 25861 03600101 01/26/2024 5811 PELICAN BAY BLVD #305 Page 1976 of 7924 Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESGRAMER, WILLIAM J.Do not alter this document in any form.2229 CAMPESTRE TERRACELICENSE NUMBER: PE59090EXPIRATION 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 1977 of 7924 Fonn W•9 Request for Taxpayer Give Fonn to the (Rev. October 2018) Identification Number and Certification requester. Do not Department ol the Treasuiy send to the IRS. lntilmal Revooue Service ► Go to www.lrs.gov/FormW9 for Instructions and the latest information. 1 Name (as shown on your Income tax return), Name Is nlqUlred on this lino; do not leave thlJ Une blank. JACOBS ENGINEERING GROUP INC. 2 8uaineu nameldlsn,ganied eotlty name, if different from above (') 3 Che<:k appropriate bo11 fQf federal ta,c classlftc:ation of the person whose name Is entwed °" line 1. Cheek only on• of the 4 Exemptions (codes apply only to t following seven boxes. cettaln entities, not lndlvidi.lats: eee IZJ C Corpotallon D TIUSt/estato lnstMtlons on page 3): � 0 Individual/sole proprietor or D S Corporation 0 Partna1$hlp � i slnglO·member U.C Exempt payee Code (II any) la □Limited Uabillty company. Enter lhe !all Cla$$11icatlon (C,.C corporation, s-s COfl)Oralion, P•Partnetshlp) ►�i Note: Check the appropriate box In the fine above for the tax clasamcatlon ol the single•member owner. Oo not check Exemptioo from FATCA repo,tlng fu LLC II the LLC Is classlfied as a slngl&-mamber U.C that Is disregatded from lho owner unless ll1e owner ol the LLC Is eode(tlany) another LLC that Is not disregan:ted from the OWfflll' for U.S. fedel'al tax pl#J)()SeS, Otherwise, a slng!e•membet LLC that= Is disn,garded from !he owner shOuld check the appropriate bo1t lot the tax classiflcallon ot Its owner.·u D Other (see lnstructiQna) ► �,.,_,,_autsldt..,_11.S) & 5 Address (number. slteel, and ept. or suite no.) See lnstructlona. Requester's name and address (opllonaU U) I 1999 BRYAN STREET u City, state , 11nd ZIP c;Qde DALLAS, TX 75201 7 Lisi account numbefta) here (optlonaU .Tax1>aver Identification Number mM I Social MCUrity number I Enter you� TIN In the app_rop�te box. The TIN provided must match �e name given on ine 1 to avoidbackup w1lhholdlng, For individuals, this i5 generally your social security numbw {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 ldentlflcation number (ElN). If you do not have a number, see How to get a TIN, later. ITlJ -DJ -I I I I I or Note: lf the account is In more than one !lame, ,ee the instF\lclions f0t line 1. Also see What Nama snd Number To Give the Requester for guidelines on whose number to enter. I Employer 1c1entlfloet1on nw'1bor Certiflcatton Under penaltiel> of perjury, I certify that: 1.The number shown on this form Is my correct taxpayet Identification number (or I am wafting for a number to be Issued to me): and2.I am not subjoct to backup wlthholdin9 because: (a) l am exempt from backup withholding, or (b) I have not been notified by the lntema1 RevenueService (IRS) that I am subject to backup withhOldlng as a result of a failure to report all Interest or dividends, or (c) the IRS has notified me that I amno 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 fonn �f any) Indicating that 1 am exempt from FATCA reporting la 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 faffed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply, For mortgage Interest paid, acquisition or abandonment of secured property, canceUatlon of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and di ou are not required to sign the certification, but you must provide your cooect TIN. See the lnstructlons for Part 11, later. ns tntemal Revenue Code unless otherwise Futu,. developments. For the latest inlonnatlon about developments related to Fonn W-9 and ils Instructions, such as legislation enacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an Information retum with the IRS must obtain your correct taxpayer ldentlflcation number {TIN) which may be your social security number ($SN), Individual taitpayer identlflcation number (ITIN), adoption ta11payer ldentificatlon number {ATIN), or employer idemllication nulllQeT {EIN}. to report on an Information return the amount i:,ald to you, or other amount reportable on an Information retum. Examples of information returns include, but are not fimlted to, the following. •Form 1099-INT finterest eamed or paid} Cat. No. 10231X June 1, 2024 •Form 1099-DIV (dividends, including those frcm stocks or mutualfunds) • Form 1099•MISC (various types of Income, priles, awards, or grossproceeds) •Form 1099·8 (stock or mutual fund :.ales and certain othertransactions by brokers) • Fonn 1099-S (proceeds from real estate transactions} • Form 1099-K (merchant card and third party network transactions) •Form 1098 (home mortgage Interest), 1098-E (student loan Interest),1 09S. T (tuition) • Form 1099-C (canceled debt) • Fom, � 099-A (acquisition or abandonment ol secured property) Use Form W•9 onlv if vou are a U.S. person Qncluding a residentalien). to provide your c:otrect TIN. If you do not tetum Form W-9 to the requester with a TIN, you mightbe subject to backup withholding. See What is backup withholding, later. Form W�9 (Rev. 10-201&) Page 1978 of 7924 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 500,000 1,000,000 750990262 750990262 C/O Global Risk Management 555 South Flower Street, Suite 3200 Collier County, Florida 07/01/24PROFESSIONAL LIABILITY 500,000 22667 500,000 X PROJECT MGR: Bill Gramer. CONTRACT MGR: Bill Gramer. RE: Project Management Services. CONTRACT NUMBER: Solicitation 1-212-948-1306 X for general liability as respects the negligence of the insured in the performance of insured's services to cert holder No: 24-8226. CONTRACT END DATE: 09-30-2027. SECTOR: Public. Collier County, Florida is added as an additional insured certificate holder's insurance is excess and non-contributory. Waiver of subrogation is hereby granted in favor of under contract for captioned work. The General Liability and Auto Liability insurance policies are primary and the Liability provision in favor of the holder. *THIS IS A SAMPLE CERTIFICATE ONLY*. THE ACTUAL CERTIFICATE FOR THE cert holder for GL, AL and WC. General Liability coverage includes the severability of interests/Cross Suits 07/01/23 USA 07/01/24 SCF C5071164A (WI) Jacobs Engineering Group Inc. WLR C50711481 (AOS) WCU C50711559 (OH)* 07/01/23 1-212-948-1306 1,000,000 07/01/24 X nyumdo_newgalexy 1,000,000 X NAPLES, FL 34112 633 W. Fifth Street 5,000CONTRACTUAL LIABILITY ACE AMER INS CO 2,000,000 1,000,000 A 07/01/23 07/01/23 07/01/23 ISA H10736262 X 07/01/23 Los Angeles, CA 90071 USA N A A A A HDO G47339273 500,000A 06/06/2024 07/01/24 EON G21655065 014 07/01/24 X 500,000 LIC #0437153 3295 TAMIAMI TRAIL EAST, BLDG C-2 Los Angeles, CA 90071 07/01/24 PER CLAIM/PER AGG CIRTS_Support@jacobs.com Marsh Risk & Insurance Services Page 1979 of 7924 SUPP (05/04) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Additional Description of Operations/Remarks from Page 1: Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO Jacobs Engineering Group Inc. POLICY TERMS AND CONDITIONS. PROPOSED PROJECT WILL COMPLY WITH THE TERMS AND CONDITIONS NEGOTIATED IN THE FINAL CONTRACT, CONSISTENT WITH 06/06/2024 Page 1980 of 7924 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 500,000 1,000,000 750990408 750990408 C/O Global Risk Management 555 South Flower Street, Suite 3200 Collier County, Florida 07/01/25PROFESSIONAL LIABILITY 500,000 22667 500,000 43575 X PROJECT MGR: Bill Gramer. CONTRACT MGR: Bill Gramer. RE: Project Management Services. CONTRACT NUMBER: Solicitation 1-212-948-1306 X for general liability as respects the negligence of the insured in the performance of insured's services to cert holder No: 24-8226. CONTRACT END DATE: 09-30-2027. SECTOR: Public. Collier County, Florida is added as an additional insured certificate holder's insurance is excess and non-contributory. Waiver of subrogation is hereby granted in favor of under contract for captioned work. The General Liability and Auto Liability insurance policies are primary and the Liability provision in favor of the holder. *THIS IS A SAMPLE CERTIFICATE ONLY*. THE ACTUAL CERTIFICATE FOR THE cert holder for GL, AL and WC. General Liability coverage includes the severability of interests/Cross Suits 07/01/24 USA 07/01/25 WLR C57256667 (AZ) WCU C57256564 (OH)* Jacobs Engineering Group Inc. WLR C5072041A (AOS) SCF C57256710 (WI) 07/01/24 1-212-948-1306 1,000,000 07/01/25 X nyumdo_newgalexy 1,000,000 X NAPLES, FL 34112 633 W. Fifth Street 5,000CONTRACTUAL LIABILITY INDEMNITY INS CO OF NORTH AMER ACE AMER INS CO 2,000,000 1,000,000 A 07/01/24 07/01/24 07/01/24 07/01/24 ISA H10739585 X 07/01/24 Los Angeles, CA 90071 USA N A A A B A HDO G4892007A 500,000A 06/06/2024 07/01/25 EON G21655065 015 07/01/25 07/01/25 X 500,000 LIC #0437153 3295 TAMIAMI TRAIL EAST, BLDG C-2 Los Angeles, CA 90071 USA 07/01/25 PER CLAIM/PER AGG CIRTS_Support@jacobs.com Marsh Risk & Insurance Services Page 1981 of 7924 SUPP (05/04) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Additional Description of Operations/Remarks from Page 1: Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO Jacobs Engineering Group Inc. POLICY TERMS AND CONDITIONS. PROPOSED PROJECT WILL COMPLY WITH THE TERMS AND CONDITIONS NEGOTIATED IN THE FINAL CONTRACT, CONSISTENT WITH 06/06/2024 Page 1982 of 7924 Addendum #1 Date: April 23, 2024 From: Lisa Oien, Procurement Strategist To: Interested Bidders Subject: Addendum # 24-8226 – Project Management Services The following clarifications are issued as an addendum: Change 1: Extension to Question Deadline and Bid Due date Question Deadline April 24, 2024, at 5:00 PM May 24, 2024, at 5:00 PM Bid Due Date May 1, 2024, at 3:00 PM May 31, 2024, at 3:00 PM This change also addresses question #2 in BidSync. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Lisa.Oien@colliercountyfl.gov Telephone: (239) 252-8935 Jacobs Engineering Group Inc. 6/13/2024 Page 1983 of 7924 Addendum #2 Date: May 31, 2024 From: Lisa Oien, Procurement Strategist To: Interested Bidders Subject: Addendum #2 24-8226 – Project Management Services The following clarifications are issued as an addendum: Change 1: Extension to Bid Due date: Bid Due Date - May 31, 2024, at 3:00 PM June 14 , 2024, at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Lisa.Oien@colliercountyfl.gov Telephone: (239) 252-8935 Jacobs Engineering Group Inc. 6/13/2024 Page 1984 of 7924 Page 1985 of 7924 Page 1986 of 7924 Page 1987 of 7924 Page 1988 of 7924 Page 1989 of 7924 Page 1990 of 7924 Page 1991 of 7924 Page 1992 of 7924 Page 1993 of 7924 Page 1994 of 7924 Page 1995 of 7924 Page 1996 of 7924 Page 1997 of 7924 Page 1998 of 7924 Page 1999 of 7924 Page 2000 of 7924 Page 2001 of 7924 Page 2002 of 7924 Page 2003 of 7924 Page 2004 of 7924 Page 2005 of 7924 Page 2006 of 7924 Page 2007 of 7924 Page 2008 of 7924 Page 2009 of 7924 Page 2010 of 7924 Page 2011 of 7924 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2012 of 7924 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___500,000___ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_500,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ _1,000,000__ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 2013 of 7924 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 3/13/2024 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 2014 of 7924 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 500,000 1,000,000 751615837 751615837 C/O Global Risk Management 555 South Flower Street, Suite 3200 Collier County Board of County Commissioners 07/01/25PROFESSIONAL LIABILITY 500,000 22667 500,000 43575 PROJECT MGR: Bill Gramer. CONTRACT MGR: Leanne Andersen. RE: Project Management Services. CONTRACT NUMBER: 24-8226. 1-212-948-1306 X added as an additional insured for general liability as respects the negligence of the insured in the performance of CONTRACT END DATE: 12-27-2029. PROJECT NUMBER: TBD. SECTOR: Public. Collier County Board of County Commissioners is policies are primary and the certificate holder's insurance is excess and non-contributory. *THE TERMS, CONDITIONS, AND insured's services to cert holder under contract for captioned work. The General Liability and Auto Liability insurance LIMITS AGREED TO UNDER THE APPLICABLE CONTRACT.* LIMITS PROVIDED UNDER THIS CERTIFICATE OF INSURANCE WILL NOT EXCEED OR BROADEN IN ANY WAY THE TERMS, CONDITIONS, AND 07/01/24 USA 07/01/25 WLR C57256667 (AZ) WLR C5072041A (AOS) Jacobs Engineering Group Inc. SCF C57256710 (WI) WCU C57256564 (OH)* 07/01/24 1-212-948-1306 1,000,000 07/01/25 X nyumdo_newgalexy X 1,000,000 X Naples, FL 34112 633 W. Fifth Street 5,000CONTRACTUAL LIABILITY INDEMNITY INS CO OF NORTH AMER ACE AMER INS CO 2,000,000 1,000,000 A 07/01/24 07/01/24 07/01/24 07/01/24 ISA H10739585 X 07/01/24 Los Angeles, CA 90071 USA N A B A A A HDO G4892007A 500,000A 12/27/2024 07/01/25 EON G21655065 015 07/01/25 07/01/25 X 500,000 LIC #0437153 3295 Tamiami Trail East Los Angeles, CA 90071 USA 07/01/25 PER CLAIM/PER AGG CIRTS_Support@jacobs.com Marsh Risk & Insurance Services Page 2015 of 7924 SUPP (05/04) SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE NAME OF INSURED: Additional Description of Operations/Remarks from Page 1: Additional Information: *$2,000,000 SIR FOR STATE OF: OHIO Jacobs Engineering Group Inc. 12/27/2024 Page 2016 of 7924 REQUEST FOR PROPOSAL RFP NO.: 24-8226 PROJECT MANAGEMENT SERVICES Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com Kristofer Lopez, Procurement Strategist 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 REQUEST FORPROPOSAL VALUE QUALITY RESPONSIVE CAPITAL CONSULTING SOLUTIONS, LLC IS A CERTIFIED DISADVANTAGED BUSINESS ENTERPRISE (DBE) WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION AND A MINORITY BUSINESS ENTERPRISE (MBE) WITH THE STATE OF FLORIDA PLANNING ENGINEERING CONSTRUCTION 06/14/2024 COLLIER COUNTY Page 2017 of 7924 SELECTION CRITERIA 1: COVER LETTER/ MANAGEMENT SUMMARY REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2018 of 7924 June 14th, 2024 Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, Florida 34112 RE: Project Management Services RFQ 24-8226 Dear Members of the Selection Committee: Capital Consulting Solutions, LLC (Capital) is delighted to present this response offering professional project management services to the Collier County (County) for the Capital Project Planning, Impact Fees, and Program Management Division. Capital stands prepared to furnish services encompassing the review of scopes of work, construction plans and documents, project schedules, estimates, and bid-related documentation. Leveraging our multi-disciplinary expertise, we bring forth exceptional technical prowess, public engagement, and project management proficiency to fulfill your comprehensive project needs within budget and timeline constraints. Company and Professional Background: Capital, established in 2017, is a DBE/MBE/SBE firm based in Naples, with deep connections to the Southwest Florida (SWFL) region. The company has contributed to numerous local infrastructure improvement projects. Adam Ahmad, the Owner and primary contact for contracts, is a Professional Engineer (PE72472), Certified Planner (AICP028767), and General Contractor (CGC1525387). Capital is located at 9010 Strada Stell Court, Suite #108, Naples, FL. Adam Ahmad can be reached at (239-273-8894) or adam.ahmad@capitalengr.com. For this contract, Capital has partnered with Brian Rose, a Professional Engineer (PE71549) at GGB Engineering. Brian Rose has extensive experience in designing drainage and stormwater systems and has led teams as the Engineer of Record and Project Manager on numerous projects. Benefits of Selecting the Capital Team: One of the most significant features of this submittal is the consideration given to the quality of the professionals assigned to the requested disciplines under this contract. Although a contract is signed by a company, it is the staff members who perform the work that determines the quality of the product. As the successful proposer, we pledge to provide unparalleled services, quality, and customer satisfaction. We have the capabilities and track record to successfully deliver quality services for this partnership. The Capital team is composed of high-quality professionals who are to perform the anticipated tasks that may result from this contract. Relevant Experience: Capital has the project management skills, planning, engineering, construction management, and public involvement experience to provide the required services in a timely and efficient manner. We have the facilities, personnel resources, and mobility to furnish the services within your timeframe. Interaction between Capital’s field and office professionals provides timely, practical solutions, and minimizes costly conflicts and delays. Our overall professional experience exhibits a high level of technical expertise that is responsive to our clients in terms of overall product, schedule, and budget—resulting in an exceptional project. Commitment to the County’s Success: A firm is no greater than its reputation and we understand that strong commitment to client satisfaction must be the foundation of our service to the County. We can take on any challenge the County requires of us and have the experience, expertise, passion, and resources to work as a cohesive unit with the County to ensure all projects are completed to the County’s satisfaction. Capital is committed to forming a long- term relationship built on trust, respect, and teamwork with Collier County. We sincerely appreciate this opportunity to present our engineering consultant qualifications to the County and look forward to providing our service to the County. Sincerely, Adam Ahmad, PE, AICP, GC - Managing Member Page 2019 of 7924 SELECTION CRITERIA 2: CERTIFIED W/MBE REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2020 of 7924 CCS Disadvantage Business Enterprise (DBE) Capital Consulting Solutions is a Disadvantaged Business Enterprise (DBE) certified by the Florida Department of Transportation (FDOT) and under DBE regulation 49 CFR Part 26. CCS is prequalified through FDOT for the following types of work: CCS Minority Owned Business (MBE) Certification Capital Consulting Solutions is a minority-owned business (MBE) certified under provisions 287 and 295.187 in the Florida Statutes by the Florida Department of Management Services Office of Supplier Diversity. CCS certification is relevant when providing the following services: Group 3 -Highway Design Roadway •44112000 - Planning Systems 3.1 -Minor Highway Design •70131701 - Land use Planning •77101600 - Environment Planning Group 6 - Traffic Engineering and Operation Studies •81101500- Civil Engineering 6.1 -Traffic Engineering Studies •81101505 - Structural Engineering 6.2 -Traffic Signal Timing •81101510 - Highway Engineering 6.3.1 -Intelligent Transportation Systems Analysis •81101519 - Subdivision Planning Service •81101524 - City Development Planning Service Group 7 - Traffic Operations Design •81101528 - Stormwater Engineering 7.1 - Signing, Pavement Markings •81102200 - Transportation Engineering •81102201 - Traffic Engineering Group 10.1 -Construction Engineering Inspection •81141606 - Transport Planning •85151700 - Food Policy Planning and Aid Group 13 -Planning •93131610 - Food Planning Services 13.4 -System Planning •93142001 - Urban Development Planning Services 13.5 -Subarea Corridor Planning •93142101 - Regional Development Planning Services 13.6 -Land Planning / Engineering •93151515 - National Planning Services Page 2021 of 7924 SELECTION CRITERIA 3: CAPACITY OF THE FIRM REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2022 of 7924 CAPACITY OF THE FIRM Firms Location, Availability, and Responsiveness Location: 9010 Strada Stell Ct, Suite 108, Naples, Florida 34109 Local Naples Office Providing Collier County with quality services requires a locally based firm that brings superior technical capabilities and project management experience to meet the unique requirements of each project. Capital is committed to value, quality, and responsiveness. The Capital Naples office is in Collier County off Immokalee Rd (Exit 111). The office will serve as the principal and coordinating office for this contract. This office is led by Adam Ahmad who will serve as Principal Project Manager for this Contract. Our staff has recent and relevant experience providing services for Collier County and surrounding areas. Approach to Management of Work Day-to-day management and coordination of our team will be led by Principal Project Manager, Adam Ahmad, PE, CGC, AICP. Adam has the support of professional civil engineers, project managers, construction managers, and design staff. The Capital team has the time and experience to deliver quality projects on time and within budget. Principal Project Manager Adam Ahmad’s Contact Information: Principal Project Manager: Adam Ahmad Cell Phone: 239.273.8849 Address: 9010 Strada Stell Ct, Suite 108, Naples, FL Adam has been providing planning, design, and construction management services for a variety of Collier County projects for over a decade. He has served as project manager or design engineer on more than 100 projects for various Collier County departments as well as other Southwest Florida clients such as Lee County, Lee County MPO, the Seminole Tribe of Florida, Babcock Ranch, Charlotte County Airport Authority, Marco Island, and Bonita Springs. His extensive knowledge of SWFL and his experience make him an excellent candidate to lead the various tasks that will be required to execute and successfully complete projects on schedule and within budget. Local and Responsive Distance from Capital to Collier County Government Center: 9.2 Miles 20 minutes [Via Airport-Pulling Rd] CAPITAL OFFICE Airport Pulling Road Vanderbilt Beach Capital Consulting Solutions, LLC is DBE/MBE/SBE owned and operated in Collier County Page 2023 of 7924 Capital Consulting Solutions (Capital) is confident that its current team has the professional training, experience, capability, and dedication to meet Collier County's needs. As detailed in the Project Management Team Qualifications section of this RFP, the following members of Capital's team will work under the direction of our Principal Project Manager, Adam Ahmad, for the duration of this contract with Collier County. Below is a summary of Capital’s KEY Personnel who will be responsible for managing and providing services under this contract. Volume of Work Capital Consulting Solutions has developed an extensive portfolio and built strong relationships with numerous clients across Southwest Florida. Our reputation for successful project delivery tailored to clients' needs has earned us their trust. As we continue our ongoing professional service contracts with our existing clients, the following figure outlines our anticipated current and future workload, including the addition of this contract with Collier County. Page 2024 of 7924 Financial Capability Capital Consulting Solutions is committed to maintaining transparency and providing comprehensive information to our stakeholders. As part of this commitment, we have included the firm's financial statements in the appendix of this document. These statements offer detailed insights into our financial performance and position. FINANCIAL STATEMENTS 2022 FINANCIAL STATEMENTS 2021 FINANCIAL STATEMENTS 2020 Page 2025 of 7924 Professional Licenses and Certifications As referenced prior, Principal Project Manager, Adam Ahmad, is a registered Professional Engineer, General Contractor, and a Certified planner in the State of Florida. A preview of the following licenses can be found below. Capital has also provided full sized images of these licenses and additional information including: FDOT Firm Prequalification Package, MBE and DBE Certification, SunBiz Entity Detail Information, E-Verify, and Collier County Business Tax Certification in the Appendix section of this proposal. Professional Engineer Certified General Contractor Certified Planner Page 2026 of 7924 SELECTION CRITERIA 4: PROJECT MANAGEMENT TEAM QUALIFICATIONS & LOCATION REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2027 of 7924 PROJECT MANAGEMENT QUALIFICATIONS: Our method of organization will be based on our successful continuing professional services contracts with the Seminole Tribe of Florida, Collier County MPO, City of Marco Island, Babcock Ranch Independent Special District, Lee County School District, Collier County School District, and the Charlotte County Airport Authority. The structure for this contract will be anchored by our Principal Project Manager, Adam Ahmad, who will be responsible for coordinating all production disciplines. He will be responsible for ensuring the appropriate personnel are utilized to meet the County’s needs and schedule. A separate quality assurance/quality control (QA/QC) team will be established to provide technical oversight and ensure proper coordination of work between disciplines. On the next page is a summary of Key Capital personnel that will be tasked with managing any civil engineering project that may result from this contract. Resumes for key personnel, including areas of expertise, experience, training, and qualifications, appear in the following pages. Page 2028 of 7924 Resume-Bios Adam Ahmad, PE, AICP, GC – Principal Project Manager Civil Engineer, General Contractor, Planner BS Civil Engineering – County of Kansas Adam Ahmad is the primary point of contact for the County’s and overall Manager for the contract, bringing a wealth of experience and expertise to the table. With a notable presence in Southwest Florida, Adam has dedicated his career to serving clients in the region, earning a reputation for excellence and reliability. As a licensed Florida Professional Engineer (FL PE), American Institute of Certified Planners (AICP), and General Contractor (GC), Adam possesses a unique blend of qualifications that equip him for success in the field. His extensive experience spans all phases of planning, design, and production for civil and sitework projects, making him a versatile and knowledgeable leader in his field. Adam's contributions have been substantial, particularly in his involvement in a diverse array of projects focused on sidewalks and roadways in Collier County. His hands-on approach and attention to detail have played a crucial role in the successful completion of these projects, earning him recognition and respect within the industry. One of Adam's greatest strengths lies in his ability to foster strong relationships with vendors and team members. His long history of collaboration has cultivated a culture of cohesion and effective communication, facilitated smooth project execution and delivered results that are both timely and cost-effective. With Adam as the principal project manager, the County can rest assured that their projects will be managed with the utmost professionalism and expertise. His dedication to excellence, coupled with his extensive experience and track record of success, make him an invaluable asset to any project team. Marmi Sica, EI Civil Engineering, Construction- Deputy Project Manager BS Civil Engineering – Florida Gulf Coast County Marmi serves as Deputy Project Manager, acting as the key second-in-command to Adam. With a robust background in construction estimating and scheduling, he excels in generating detailed estimates, scope change estimates, procedures, conceptual estimates, and process flow charts. Marmi’s meticulous planning ensures precise project execution. Proficient in design software like Adobe, Procore, ArcGIS, and Microsoft Office, he navigates project management complexities with ease, streamlining processes and optimizing workflows. His dedication and attention to detail make him an invaluable team asset. Marmi supports the team in achieving project objectives efficiently, ensuring professionalism and successful outcomes. Page 2029 of 7924 Ronald Leder Jr, PE. Civil Engineer, - Senior Project Engineer BS Civil Engineering – County of South Florida Ronald brings over 30 years of multi-discipline experience to his role as Project Engineer for the County's continuing contract, focusing on value engineering and quality control. His diverse background in infrastructure improvement projects equips him to deliver innovative and optimized solutions. Proficient in the latest design software, Ronald streamlines processes and enhances project efficiency through effective collaboration with teams, stakeholders, and clients. Throughout his career, Ronald has led numerous facilities, roadways, sidewalk, utility relocation, multi-modal, and drainage projects. His hands-on experience and attention to detail have been key to their successful completion. Recognized for his dedication to excellence, Ronald is a vital asset to the project team, ensuring projects are delivered on time, within budget, and to high-quality standards. His leadership in value engineering and quality control drives success and exceeds client expectations. Roger Riggs, CGC Senior Project Manager Roger has over 25 years of experience in the construction industry, specializing in streamlining project processes. His expertise encompasses providing accurate estimates, liaising with subcontractors, and creating detailed schedules. Roger is adept at reviewing subcontractor contracts and coordinating effectively with client project managers, construction managers, and engineers. His comprehensive approach ensures projects are completed efficiently and to high standards. Known for his dedication and meticulous attention to detail, Roger is a valuable asset in delivering successful construction projects. Fritznel Saint Louis Civil Engineering, Roadway Design, Construction Project Manager BS Civil Engineering – Florida Gulf Coast County Fritznel brings extensive experience to his role as Superintendent for County projects. With a background in project management and construction supervision across Southwest Florida, he excels in scheduling, estimating, and reporting. His technical proficiency with design software like AutoCAD and Microsoft Office ensures projects are well-planned and executed. Known for his attention to detail and dedication to excellence, Fritznel is a valuable asset to any team. Clients can trust his leadership to manage projects professionally and efficiently. Page 2030 of 7924 Anthony Arfuso, EI Civil Engineering, Construction- Project Manager BS Civil Engineering – Florida Gulf Coast County Anthony is a highly skilled professional with extensive expertise in managing construction and engineering projects. With a wealth of experience ranging from small-scale initiatives to large, complex endeavors, he has proven his abilities in the field. Anthony's career has been marked by his exceptional project management skills and his capacity to oversee a diverse range of projects. Having worked with prominent entities such as Collier County, Lee County, and Charlotte County Airport, Anthony has demonstrated his proficiency in handling projects of significant importance and scale. His contributions have been instrumental in the successful completion of various construction and engineering initiatives, earning him a reputation as a reliable and effective project manager. Victor Nguyen Civil Engineering, Construction- Project Manager BS Civil Engineering – Florida Gulf Coast County Victor is a seasoned professional in the construction and engineering industry, specializing in contract management. He oversees construction contracts and ensures smooth project execution from inception to completion, minimizing change orders and enhancing project efficiency. His proficiency in reviewing pay applications and managing budgets showcases his strategic planning and resource allocation abilities. Victor focuses on value engineering solutions, ensuring clients receive optimal, cost-effective outcomes. Brain Rose, PE Civil Engineering., Sr. Project Manager BS Civil Engineering—University of Central Florida Brian Rose, P.E., is a seasoned civil engineer with over 20 years of experience in drainage design and permitting, complemented by 6 years in geotechnical engineering. He holds a B.S. in Civil Engineering from the University of Central Florida and is a registered Professional Engineer in Florida. Brian has a deep understanding of drainage patterns in Southwest Florida, having resolved numerous drainage issues for public and private property owners during his tenure at the South Florida Water Management District. His project portfolio includes significant works like the I-75 capacity project in Lee County and the Naples Manor Stormwater Improvement in Collier County. He is skilled in various stormwater treatment systems, from ponds to nutrient baffle boxes. Brian is actively involved in professional organizations such as the Florida Engineering Society and the American Society of Civil Engineers. His expertise spans drainage design, project management, and environmental resource permitting. Page 2031 of 7924 PERSONNEL LOCATION: Capital Consulting Solutions, LLC Employee Position Yrs. w/ Firm Industry Experience Adam Ahmad Principal Project Manager 7 15+ Marmi Sica Deputy Project Manager 4 5 Brian Rose Sr. Project Manager - 20+ Roger Riggs Sr. Project Manager 7 20+ Fritznel Saint Louis Project Manager 7 10+ Ronald Leder Sr. Project Engineer 5 20+ Victor Nguyen Project Manager 3 5 Anthony Arfuso Project Manager 2 5 Employee Office Location Distance to Collier County(mi) Adam Ahmad Naples 10 Marmi Sica Naples 10 Roger Riggs Naples 10 Fritznel Saint Louis Naples 10 Ronald Leder Naples 10 Victor Nguyen Naples 10 Anthony Arfuso Naples 10 Brian Rose Naples 10 Page 2032 of 7924 Education B.S., Civil Engineering University of Kansas Certification FL Professional Engineer Lic#: 72472 Professional Planner AICP No.: 028767 Florida General Contractor Lic#: 1525246 DOT/FAA Airman Certificate UAS 3999943 FDOT Advanced TTC: 28347 Specialization Transportation Planning - Traffic Engineering - Highway Design - Utility Design - Design-Build - Project Management Signalization Design- Signing & Striping - Maintenance of Traffic - Drainage Design - P D & E - Utility Coordination Pavement Design - FDOT Permitting - County Permitting - Environmental Permitting - Construction Inspection Business Development Proposal Writing - Plan Preparation/Production - Computer Drafting - Constructability Review Construction Administration - Budgeting/Estimating - Adam Ahmad PE, AICP, CGC – Project Manager Relative Experience Profile: Adam is a highly experienced Principal Project Manager with over 15 years of expertise in leading and managing comprehensive design, planning, and construction projects. He is adept at project estimating, scheduling, quality management, team building, training, cost control, and problem-solving. Adam has a proven track record of delivering projects on time and within budget, while maintaining excellent stakeholder relationships. Collier County Civil Engineering Continuing Contract- Principal Project Manager: For the Collier County continuing contract. Adam is responsible for assigning a team, reviewing schedules, approving reports that will be submitted to the county, and managing the workload of several project managers and design managers. As the principal project manager, Adam’s additional responsibilities include QA/QC, value engineering, cost control, safety management, and communication with the County’s project managers and staff. Projects include sidewalk design, conceptual design, roadway studies, utility coordination, drainage design, permit coordination, and FDOT coordination. Seminole Tribe of Florida Continuing Contract- Principal Project Manager: Adam serves as the Principal Project Manager for the Seminole Tribe of Florida, specializing in transportation projects. With over 15 years of consulting experience, he oversees the installation of speed tables, speed radar, driveway improvements, culvert installations, and striping improvements. Adam ensures all projects comply with FDOT requirements and are permitted through the Environmental Resource Management Department (ERMD). He acts as an extension of the Tribe’s staff, providing expert guidance to move projects forward efficiently. Adam's extensive experience with the Bureau of Indian Affairs (BIA) has enabled him to negotiate projects worth over $10 million. His role includes verifying the quality and standards of all transportation projects, maintaining compliance with regulatory guidelines. Adam's strategic consulting has fostered a collaborative and productive working environment within the Tribe. His expertise has been instrumental in the successful delivery of numerous high-value transportation projects. Babcock Ranch Continuing Contract- Principal Project Manager: Adam serves as the Principal Project Manager for the Babcock Ranch Continuing Contract. Scope of work includes the preparation of RFQ documents, ensuring they conform to the latest standards, and coordinating with clients and legal teams. Adam reviews proposals submitted by potential vendors, providing expert guidance to Babcock Ranch throughout the selection process. Additionally, he has been requested by Babcock Ranch to be a part of the selection committee, where he provides formal recommendations based on his thorough evaluations. His role ensures that all processes are streamlined, compliant, and aligned with Babcock Ranch's strategic goals. Babcock Ranch Community Park- Principal Project Manager: Adam served as the Principal Project Manager for the Babcock Ranch Community Park project. In his role, he was responsible for contract administration and assembling a skilled team to execute the project. Adam led charrette meetings to facilitate collaborative planning, reviewed and approved sub-consultants, and finalized plans submitted by project engineers. He maintained constant communication with the client, ensuring their needs and expectations were met. Adam also provided approval for the selected contractor, ensuring the project adhered to budget and timeline constraints. Additionally, he oversaw quality control, coordinated with regulatory bodies for necessary permits, and managed risk to ensure successful project completion. His leadership and expertise were pivotal in the development of the 20-acre park, featuring diverse recreational facilities. West Boundary Road- Principal Project Manager: Adam served as the Principal Project Manager for the West Boundary Road design Page 2033 of 7924 Education B.S., Civil Engineering University of Kansas Certification FL Professional Engineer Lic#: 72472 Professional Planner AICP No.: 028767 Florida General Contractor Lic#: 1525246 DOT/FAA Airman Certificate UAS 3999943 FDOT Advanced TTC: 28347 Specialization Transportation Planning - Traffic Engineering - Highway Design - Utility Design - Design-Build - Project Management Signalization Design- Signing & Striping - Maintenance of Traffic - Drainage Design - P D & E - Utility Coordination Pavement Design - FDOT Permitting - County Permitting - Environmental Permitting - Construction Inspection Business Development Proposal Writing - Plan Preparation/Production - Computer Drafting - Constructability Review Construction Administration - Budgeting/Estimating - Adam Ahmad PE, AICP, CGC – Project Manager project on the Big Cypress Seminole Indian Reservation. This project spanned 3.93 miles from Josie Billie Highway to 500 feet west of Arrow Road and included roadway reconstruction improvements such as milling, resurfacing, shoulder reconstruction, sidewalk addition, utility upgrades, and stormwater drainage enhancements. He was responsible for assembling a qualified team, conducting thorough field investigations, and coordinating utility location and geotechnical surveys. Adam reviewed and finalized design plans submitted by project engineers, ensuring compliance with FDOT and STOF standards. He maintained continuous client communication, provided approvals for sub-consultants, and managed agency coordination for permitting. Adam's leadership was crucial in the development of comprehensive design documents and facilitating the project's successful progression. Collier County Clam Pass Park Facility Repairs – Project Manager. Collier County’s Clam Pass Concession Building sustained fire damage on February 09, 2021. Some emergency and temporary repairs were made immediately after the event to make the building safe and remove much of the fire damaged materials. Adam was lead construction manager for the project, working alongside Ron, and was responsible to fully restore the facility to its pre-fire condition. Scope for the project includes all necessary demolition, removal, replacement, construction, permitting, coordination, complete electrical wiring replacement and cleaning to provide a fully completed space ready to occupy and operate out of. Project Manager, Bus Stop Improvements to Achieve ADA Compliance, Collier County, Florida. Adam was the lead construction manager for this project. The project consisted of site modifications required to bring 33 bus stops located along the state highway system in Collier County up to ADA compliance. Conducted the pre-construction meeting. Provided contract document interpretation in addressing request for information, field visits, review of and assist in field changes. Collier County Sun and Fun Lagoon Resurface Splash Pad – Project Manager. The project consisted of repairs to leaks in the Slide Pool sump basins and slide terminus and in the underground IWF tanks sump basins at the Sun- N-Fun Water Park facility at North Collier Regional Park. Upon completion of the repairs, the slide pool is to be resurfaced and all tiles, depth markers, and damaged railings, floor return caps, lighting, etc. replaced. Adam was the construction manager on the project and provided coordination throughout construction and completed the project in a timely manner and within the budget provided. Roberts Ranch House Stabilization and Rehabilitation Project – Project Manager. For this Project, working with Roger, Adam was responsible for structurally stabilizing and rehabilitation of the historical 20th century cattle ranch in Immokalee, Florida. The project involved rehabilitating the foundation work and anchoring the building and complete renovation of the interior and exterior of the structure utilizing federal grant funds. With his construction management exprience and skills, Roger coordinated all trads that were involved with the project to be completed on time and within budget. Collier County Design/Build Construction Wilson Blvd Bus Shelter – Project Manager. On this project, Adam worked was the construction manager on the project and provided coordination with the subcontractors to ensure that the bus shelter met the engineering plans. With Adam construction management skills, the project was completed on time and within budget. Page 2034 of 7924 Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESAHMAD, ADAM N.Do not alter this document in any form.9010 STRADA STELL CTLICENSE NUMBER: PE72472EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.SUITE 108NAPLES FL 34109Always verify licenses online at MyFloridaLicense.comPage 2035 of 7924 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESAHMAD, ADAMDo not alter this document in any form.CAPITAL CONTRACTORS, LLCLICENSE NUMBER: CGC1525387EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.9010 STRADA STELL COURTSUITE 108NAPLES FL 34109Always verify licenses online at MyFloridaLicense.comPage 2036 of 7924 Page 2037 of 7924 ` Education B.S., Civil Engineering Florida Gulf Coast University Certification Engineer-in-Training Lic#: 1100023932 FDOT Advanced TTC: 67252 Affiliation (ASCE) American Society of Civil Engineering (SHPE) Society of Hispanic Professional Engineers (FES) Florida Engineering Society Specialization Transportation Planning - Traffic Engineering - Highway Design - Utility Design - Design-Build - Project Management Signalization Design- Signing & Striping - Maintenance of Traffic - Drainage Design - P D & E - Utility Coordination Pavement Design - FDOT Permitting - County – SFWMD-Permitting - Environmental Permitting - Construction Inspection Business Development Proposal Writing - Plan Preparation/Production - Computer Drafting - Constructability Review Construction Administration - Budgeting/Estimating - Specifications Development Contract Administration Marmi Sica, EI – Deputy Project Manager Relative Experience Profile: Marmi is a project manager with experience in transportation planning, site development, stormwater, permitting, utility coordination, construction management, and contract administration. Marmi is familiar with the engineering industry structure and the priority level that each project receives. Marmi understands the process needed to complete a project from an idea to construction competition. Marmi is heavily involved in managing each project that Capital has worked on. This consists of preparing scope and fees, reviewing solicitation documents, preparing estimates, reviewing plans submitted by contractors, value engineering, QA/QC, and contract administration. Marmi will be the deputy project manager for each project that will be awarded from this continuing contract. This will provide the County with another “go-to” person to help streamline coordination and expedite project delivery. Seminole Tribe of Florida –Transportation Projects. Marmi serves as the Seminole Tribe of Florida’s Project Manager for transportation projects. Projects include the installation of speed tables, speed radar, driveway improvements, culvert installation, and striping improvements. With his roadway and quality control experience, Marmi is tasked with verifying every transportation project meets FDOT requirements and that it is permitted through the Environment Resource Management Department (ERMD). Deanna Motlow Culvert Replacement- Project Manager Marmi was responsible for reviewing the construction documents and procuring contractors by using the Tribe’s different contract mechanisms. Marmi acted as the Tribe’s extended staff. The project scope included the installation of a double 36’’ pipe and dewatering. Marmi was responsible for preparing bid packages, putting the project out to bid, reviewing bids received, preparing vendor recommendations, conducting preconstruction meetings, conducting on-site inspections, and preparing close-out documents. Lee County School District Continuing Contract. For the School District of Lee County, Marmi is heavily involved in preparing studies and detailed estimates for the District. Marmi assists in reviewing the scope of each project and providing the District with a scope and fee that is within the District’s budget. Additionally, Marmi assists in managing the schedule and budget of each project that is assigned from this continuing contract. Babcock Ranch Community Park- Deputy Project Manager. Marmi's role in the Babcock Ranch community park included putting together a design team, preparing scope and fee, coordinating with specialty designers, permit coordination with Charlotte County and SFWMD, drainage analysis, site development, and reviewing contractors' payment applications. The park is a 20-acre recreational facility designed to serve the local community with a variety of sports and recreational amenities. The park features a turf football field, soccer field, baseball field, softball field, skate park, and a maintenance building. Project Manager, Seminole Tribe of Florida, Brighton Frank-Shore & Billie Road Improvements. Marmi served as the project manager for the construction phase for the Frank-Shore and Billie Road on the Brighton Reservation for the Seminole Tribe of Florida. He was tasked with reviewing plans submitted by Senior Designer and planning working schedule with each stakeholder involved with the project. Marmi served as an extended member of the Tribe’s team. Project Manager, Seminole Tribe of Florida. Josie Billie Highway Sidewalk Network Josie Billie Highway, Big Cypress, Florida. Assembled a multidisciplinary team to evaluate the performance of the sidewalk corridor. Responsible for conducting the start-up meeting, performing the field review, conducting analysis, and preparing the report. Assisted in developing design build criteria package. Page 2038 of 7924 This Certifies that MARMI SICA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC)Advanced Course. Date Expires:11/06/2024 Certificate #67252 Instructor:James Ellzey FDOT Provider #134 A&SW Consultants,Inc. Phone:386-788-9899 5545 Benchmark Lane Sanford&nbsp;,FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com Page 2039 of 7924 MARMI SICA Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC)Advanced Course. 11/06/2024 Date Expires 134 FDOT Provider # James Ellzey Instructor 67252 Certificate # A&SW Consultants,Inc. 5545 Benchmark Lane Sanford&nbsp;,FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com For more information about Temporary Traffic Control (TTC)or to verify this certificate www.motadmin.com Page 2040 of 7924 ` Education B.S., Civil Engineering University of South Florida Certification FL Professional Engineer Lic#: 68160 FDOT, Advanced MOT Affiliation (ASCE) American Society of Civil Engineering (ASHE) American Society of Highway Engineers (ITE) Inst. Of Transportation Engineers Specialization Transportation Planning Traffic Engineering, Highway Design, Utility Design Design-Build Project Management Signalization Design, Signing & Striping Maintenance of Traffic, Drainage Design, P D & E, Utility Coordination Pavement Design, FDOT Software AutoCAD, HEC-HMS, HEC- RAS, Microsoft Office Applications, MathCAD, ICPR, and ArcGIS, MicroStation Ronald Leder, PE- Sr. Project Manager Relative Experience Profile: Mr. Leder has nearly 30 years of experience in transportation and traffic engineering. He is skilled in project management, transportation/traffic planning, project development & environment, and minor/major highway design. His additional expertise includes drainage design, maintenance of traffic, ADA compliance, bicycle/pedestrian facility design, utility design/coordination, design/build, environmental, municipal and agency permitting, pavement design, signing/striping, signalization design, specifications development, value engineering, cost estimating, construction engineering inspection (CEI), plan production/CADD, marketing, and business development. Senior Project Engineer, West Boundary Road Corridor Improvements - Big Cypress Reservation, FL Ronald Leder served as the Lead Design Engineer for the West Boundary Rd Rehabilitation Project, overseeing the production of FDOT-compliant plan sets. His responsibilities included designing road milling and resurfacing, water main replacement, fiber optic installation, and a shared-use path. Ronald ensured seamless coordination between stakeholders, maintained compliance with FDOT standards, and facilitated effective communication between design and construction teams. His leadership and technical expertise were instrumental in delivering a successful project within the designated timeline. Senior Project Engineer- Babcock Ranch Community Park - Babcock Ranch, FL As the Lead Design Engineer for the Babcock Ranch Sports Complex project, Ronald Leder played a pivotal role in shaping the layout and infrastructure of this expansive sports facility. He was responsible for site development, utility design, spatial planning for sports fields, and parking lot design, ensuring each component met high-quality standards and was seamlessly integrated into the plan. Ronald collaborated with stakeholders, including architects, utility companies, and local authorities, to produce detailed design plans that addressed the complex requirements of a modern sports complex. His meticulous attention to detail and design expertise facilitated smooth project progress, resulting in a versatile and user-friendly sports complex that meets the community's needs. Design Engineer Vanderbilt Bear Road Extension - Collier County, FL As a Design Engineer for the Vanderbilt Beach Road Extension project, Ronald Leder focused on creating the signage and pavement marking plans for this significant infrastructure expansion. His tasks included designing detailed road signs and pavement markings to ensure clear communication and safety for all road users, including drivers, cyclists, and pedestrians. Ronald collaborated with traffic engineers, local authorities, and construction teams to ensure that the plans adhered to transportation regulations and safety standards. Project Manager 3rd Street SW Streetscape Improvements (LAP) - Winter Haven, FL Engineer of Record and Project Manager for this City of Winter Haven LAP project administered by FDOT. This project was a multi-modal streetscape enhancement in harmony with other areas in the central business district of downtown. Included sidewalks and hardscapes. Project elements included reduction of existing roadways lanes from 4 to 2 and adding beautification features such as hardscape, landscape and LED lighting affecting design of existing signalization, signing/striping and street lighting. This also included retrofitting of existing closed drainage system with modifications of surface features. Highly involved in the administration element of this projects working closely with LAP staff including the roadway design, drainage design, operations and construction departments. Page 2041 of 7924 ` Education University of Tennessee, Knoxville Certification Class A General Contractor Lic No.: 2705155817 Certified Residential Contractor Lic No.: CRC1331996 FDOT: Asphalt Paving I Specialization Developing comprehensive project timelines and schedules--Preparing and monitoring detailed project budgets--Establishing and maintaining quality standards and procedures-Identifying and mitigating project risks-Drafting, reviewing, and managing contracts and agreements--Assembling and leading project teams--Maintaining regular communication with clients and stakeholders-Coordinating with regulatory bodies for necessary permits--Allocating and managing project resources efficiently--Developing and implementing safety plans and protocols--Utilizing construction management software and tools- Selecting and overseeing subcontractors-Managing day-to- day site operations-Implementing eco-friendly construction practices--Maintaining accurate project documentation and preparing reports Software Microsoft Office: Excel, Word, PowerPoint, Project, & Outlook; Procore Roger Riggs – Sr. Project Manager Relative Experience Profile: Roger has more than 35 years of experience as a Senior Project Manager & QA/QC Manager performing project estimating, project scheduling per critical path, quality management, team building, training, cost control, problem recognition, evaluation and solving. As Senior PM, Roger provides executive management oversight and support for all Capital projects during the pre- construction and estimating phase. Disaster Recovery Project Manager, Collier County – Hurricane Ian Emergency Projects. Roger, along with Fritznel Saint Louis, were the main project managers in charge of 20+ emergency repair projects across Collier County caused by Hurricane Ian. Responsibilities include conducting site and communicating scope of work with subcontractors, attending meetings with stakeholders, creating project schedules, obtaining necessary work permits, completing contracts and change orders, and overseeing the daily operation. Collier County Sun-N-Fun Family Pool Renovations – Project Manager. Roger is the lead construction manager in the remediation efforts of the existing pool at the water park. Work scope includes renovations of the existing Family Pool at the Sun-N-Fun Lagoon Waterpark, plus renovations to the pool deck surrounding the Family Pool. The Pool renovations include the removal of the island with palm tree and landscaping, removal of the landscape/bed retaining wall, addition of sun shelves at 3 locations, and addition of geyser activities in the north sun shelf. Pool mechanical equipment is existing and will be reused, with piping connections to the existing pool piping taking place outside of the Family Pool footprint. Roberts Ranch House Stabilization and Rehabilitation Project – Project Manager. For this Project, Roger was responsible for structurally stabilizing and rehabilitation of the historical 20th century cattle ranch in Immokalee, Florida. The project involved rehabilitating the foundation work and anchoring the building and complete renovation of the interior and exterior of the structure utilizing federal grant funds. With his construction management experience and skills, Roger coordinated all trades that were involve with the project to be completed on time and within budget. Bluebill Fencing & Signs at Vanderbilt and Bluebill Ave. – Project Manager. On this project, Roger was responsible for refurbishing the SW and NW corners of Vanderbilt Drive and Bluebill Drive to make an inviting entrance for the Vanderbilt Beach Community. The project includes demolition of existing sidewalk and construction of up-to-code sidewalk. With his construction management skills, Roger was able to coordinate all trades that were involved with this project to be completed on time and within budget. Collier County Emergency Service Center Chiller Yard Modification – Project Manager. The North Collier Regional Park (NCRP), containing two 170-ton air-cooled chillers, was scheduled to be replaced. Roger’s role was to ensure that adequate air circulation/ventilation will be provided on the enclosure walls. Roger served as the point of contact and construction manager, with the responsibility of managing and overseeing the construction met the scopes, specifications, and guidelines. Collier County Veterans Park Concession and Pickleball Renovations – Construction Manager. Roger is the lead construction manager for this project. The project includes renovations of the existing concession stand at the park, replacement of windows, carpet, light fixtures, painting, installation of HVAC system, insulation, privacy screen and asphalt pathway. Roger’s construction management experience and coordination allow the project to be completed within scope specifications and within budget. Page 2042 of 7924 ` Education B.S., Civil Engineering Florida Gulf Coast University Certification Engineer-in-Training Lic#: 1100023799 ACI Concrete Field Technician – Grade 1 PCSA Level 1 Quality Control Technician PCSA Level 2 Quality Control Manager Affiliation (ASCE) American Society of Civil Engineering (FES) Florida Engineering Society Specialization Project Management QA/QC Traffic Design Proposal Preparation Business Development Software AutoCAD Civil 3D Microsoft Office ICPR ArcGIS Anthony Arfuso, E.I. – Project Manager Relative Experience Profile: Anthony is a civil engineer with experience in planning and project management. Anthony has served as the lead project manager for multiple concurrent construction projects and understands the importance of delivering a project in a timely efficient manner while remaining within the allocated budget. Anthony has experience in coordinating with local officials, engineers, inspectors, and contractors regarding operations, schedules, and materials. Project Manager, Punta Gorda Airport (PGD) Arcadia Aerospace Industries Hangar. Anthony is the lead project manager in the rebuilding of Arcadia Aerospace’s Hanger from damages sustained during Hurricane Ian. Anthony is heavily involved in the daily operations of this project. Responsibilities include conducting site and communicating scope of work with subcontractors, attending meetings with stakeholders, creating project schedules, obtaining necessary work permits, completing contracts and change orders, and overseeing the daily operation. Project Manager, Punta Gorda Airport (PGD) Supertrak Manufacturing Building. Anthony is the lead project manager in restoring a steel hanger to pre-hurricane conditions. The project scope includes the replacement of steel roof panels, purlins, rafters, girts and wall panels. Anthony plays a significant role in ensuring that all stakeholders are kept up to date and that subcontractors remain on task and on schedule. Project Manager, Punta Gorda Airport (PGD) Terminal Departure Seating Electrical. Anthony was project manager in providing contracting services during the installation of electrical components for the addition of new seating that now includes outlets in terminal. The project scope included the installation of new conduit, conductor, breakers, Tele-power poles. Anthony was responsible for the daily operations. Project Engineer, Babcock Ranch- William & Mary Ann Smith Sports Complex. Anthony is heavily involved with the design of the sports complex. Responsibilities include preparation of cost estimate, review of conceptual design, coordination with sub-consultants and client, project budget tracking, and management of project schedule. Project Manager, Collier County Facilities Hurricane Ian Response. Anthony was the lead Project Manager overseeing emergency response coordination for Collier County facilities during Hurricane Ian. His responsibilities included working closely with local authorities and stakeholders to create a unified response plan. Anthony managed project timelines and budget constraints while documenting key progress updates to ensure transparency throughout the emergency response process. Additionally, he coordinated with multiple subcontractors across various trades to facilitate rapid repairs and recovery, ensuring all work met in compliance with standards. Project Engineer, Collier County Carson Road Sidewalk Improvements. The purpose of the project is to Construct a six-foot wide sidewalk on the East side of Arson Road from Immokalee Drive to Lake Trafford Road (approx. 0.50 miles) Anthony assisted the project manager with coordination between the Client and stakeholders. Responsibilities include document control via Procore, plan reviewal, project scheduling, and performing site visits. Project Manager, Collier County ADA Bus Stops. Anthony is responsible for preparing plans, quantities, details, specifications, cost estimates, bidding, and limited services during construction for eight bus stop locations. The bus stops must meet federal guidelines as outlined in the ADA accessibility guidelines for transportation facilities. Additionally, bus stops shall meet the latest design standards. Page 2043 of 7924 `` Education B.S., Civil Engineering Florida Gulf Coast University Certification Engineer-in-Training Procore Certified FDOT Advanced TTC: 67257 Affiliation (ASCE) American Society of Civil Engineering (SHPE) Society of Hispanic Professional Engineers (FES) Florida Engineering Society Specialization County Permitting Environmental Permitting Construction Inspection Business Development Proposal Writing Plan Preparation/Production Computer Drafting Constructability Review Construction Administration Budgeting/Estimating Specifications Development Software ProCore, AutoCAD, HEC- HMS, HEC-RAS, Microsoft Office Applications, Mathcad, ICPR, and ArcGIS Fritznel Saint Louis – Project Manager Relative Experience Profile: Fritznel is a seasoned Project Manager based in Collier County, specializing in emergency repair projects and construction management. With extensive experience in site assessments, project scheduling, and obtaining necessary permits, he ensures efficient project execution and compliance with regulations. Fritznel excels in stakeholder communication, contract management, and overseeing daily operations to meet project specifications and deadlines. His expertise extends to coordinating with subcontractors and managing complex construction projects from inception to completion. Fritznel is committed to delivering high-quality results and maintaining safety standards in all his projects. Disaster Recovery Construction Manager, Collier County – Hurricane Ian Emergency Projects. Fritznel, along with Roger Riggs, were the main project managers in charge of over 25 emergency repair projects across Collier County caused by Hurricane Ian. Responsibilities include conducting site and communicating scope of work with subcontractors, attending meetings with stakeholders, creating project schedules, obtaining necessary work permits, completing contracts and change orders, and overseeing the daily operation. Construction Manager, Collier County – North Collier Regional Park Fitness Pad. For this Project, Fritznel was tasked to coordinate with the county to install a concrete slab, fitness court equipment, access path, handicap parking spaces, water fountain and water Line. Responsibilities include conducting site and communicating scope of work with subcontractors, attending meetings with stakeholders, creating project schedules, obtaining necessary work permits, completing contracts and change orders, and overseeing the daily operation. Construction Manager, Collier County – East Naples Pickleball Court Resurfacing Phase. Fritznel was the lead construction manager in remediation efforts of 56 pickleball courts at East Naples Park. Fritznel served as the point of contact and construction manager, with the responsibility of managing and overseeing the construction met the scopes, specifications, and guidelines. Construction Manager, Collier County ADA Bus Stops. Fritznel, alongside Anthony Arfuso, is responsible for preparing plans, quantities, details, specifications, cost estimates, bidding, and limited services during construction for eight bus stop locations. The bus stops must meet federal guidelines as outlined in the ADA accessibility guidelines for transportation facilities. Additionally, bus stops shall meet the latest design standards. Project Engineer, Babcock Ranch- William & Mary Ann Smith Sports Complex-. Fritznel is involved with the design of the sports complex. Responsibilities include preparation of cost estimate, review of conceptual design, coordination with sub-consultants and client, project budget tracking, and management of project schedule. Project Engineer, Babcock Ranch– Emergency Facility Criteria Package. Frtiznel assisted in the preparation of a Criteria Package for the construction of an Emergency Facility at Babcock Ranch. Responsibilities include drafting the Criteria Package and coordinating with the district’s representative, attending pre-bid meetings, reviewing submitted bids, and assisting the District in the final determination of award to the DB Team. Design Manager, TIGER Grant Post Design Pedestrian Counts, Big Cypress Reservation, Florida. Pedestrian, ATV, and bicyclist count of traffic along a TIGER Grant-funded corridor to show the impacts of roadway improvements post construction. Selected and purchased video count camera hardware and software. Setup count stations and performed data collection. Page 2044 of 7924 This Certifies that FRITZNEL SAINT-LOUIS Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC)Advanced Course. Date Expires:11/06/2024 Certificate #67257 Instructor:James Ellzey FDOT Provider #134 A&SW Consultants,Inc. Phone:386-788-9899 5545 Benchmark Lane Sanford&nbsp;,FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com Page 2045 of 7924 FRITZNEL SAINT-LOUIS Has Completed a Florida Department of Transportation Approved Temporary Traffic Control (TTC)Advanced Course. 11/06/2024 Date Expires 134 FDOT Provider # James Ellzey Instructor 67257 Certificate # A&SW Consultants,Inc. 5545 Benchmark Lane Sanford&nbsp;,FL 32773 www.FloridaMOT.com nicolle@aswconsultants.com For more information about Temporary Traffic Control (TTC)or to verify this certificate www.motadmin.com Page 2046 of 7924 ` Education B.S., Civil Engineering Florida Gulf Coast University Certification Engineer-in-Training Procore Certified FDOT CMDP Certified Affiliation (ASCE) American Society of Civil Engineering (FES) Florida Engineering Society Specialization Plans Review LAP Support Traffic Design Proposal Preparation Business Development Quality Assurance Quality Control Software ProCore, AutoCAD, HEC- HMS, HEC-RAS, Microsoft Office Applications, Mathcad, ICPR, ArcGIS Victor Nguyen – Project Manager Relative Experience Profile: Victor is a civil engineer with experience in planning and project management. At Capital, Victor is responsible for reviewing plans, engineering design, proposals, estimates, and much more. He is thoroughly knowledgeable in the requirements of field inspection, material sampling, and testing of earthwork, asphalt, and concrete operations. He is well versed in the Florida Department of Transportation (FDOT) specifications and the requirements for documentation, and oversight of contractor operations including Maintenance of Traffic (MOT). Project Manager, Lee County School District Harns Marsh Middle and Elementary School – Traffic Design Improvements. Victor is the lead project manager, along with Anthony, in designing an improved entry/exit route for parents and students with safety being the main objective. Responsibilities include design services, data collection, permitting, project scheduling and performing site visits with the client. Project Manager, Lee County School District Hector A. Cafferata Jr., Elementary School – Traffic Study. Victor was the project manager in conducting queuing analysis for parent pickup/drop-off at the school and the closest intersection. Responsibilities include design services, traffic analysis and reports, data collection, and project scheduling. Project Manager, Lee County School District Harns Marsh Middle and Elementary School – Traffic Study. Victor assisted the project manager, Anthony, in conducting queuing analysis for parent pickup/drop-off at the school. Responsibilities include design services, traffic analysis and reports, data collection, and project scheduling. Project Manager, Lee County School District – Cypress Lake High School Water Main Replacement. Victor was the lead project manager in the water main replacement at the school. Victor was heavily involved, and responsibilities include coordinating with design professionals, conducting site visits, communication of scope of work to subcontractors, attending pre-bid meetings and reviewing submitted bids. Project Manager, Lee County School District – Villas Elementary School Wastewater Replacement/Rehabilitation. Victor was the lead project manager in the wastewater line replacement at the school. Victor was heavily involved, and responsibilities include coordinating with design professionals, conducting site visits, communication of scope of work to subcontractors, attending pre-bid meetings and reviewing submitted bids. Project Engineer, Babcock Ranch- William & Mary Ann Smith Sports Complex. Victor is heavily involved with the design of the sports complex. Responsibilities include preparation of cost estimate, review of conceptual design, coordination with sub-consultants and client, project budget tracking, and management of project schedule. Project Engineer, Collier County Carson Road Sidewalk Improvements. The purpose of the project is to construct a six-foot wide sidewalk on the East side of Arson Road from Immokalee Drive to Lake Trafford Road (approx. 0.50 miles) Victor, along with Anthony, assisted the project manager with coordination between the Client and stakeholders. Responsibilities include document control via Procore, plan reviewal, project scheduling, and performing site visits. Page 2047 of 7924 BRIAN ROSE, P.E. E D U C AT I O N B.S. Civil Engineering, University of Central Florida, 2003 R E G I S T R AT I O N S /C E R T I F I C AT I O N S Professional Engineer, Florida 71549 (2010)• A F F I L I AT I O N S Florida Engineering Society (FES) - Calusa Chapter American Society of Civil Engineers (ASCE) S O F T WA R E ICPR• HEC-RAS• ASAD• CSLE• Flowmaster• HY-8• A R E A S O F E X P E R T I S E Drainage Design• Project Management/Coordination • Plans Review• Mr. Rose has 20 years of drainage design and permitting experience as well as another 6 years of geotechnical engineering experience. He has extensive experience in SW FL including Collier County. He has a vast knowledge of drainage patterns in Southwest Florida and helped resolve and provide drainage input on numerous drainage issues for both public and private property owners during his tenure at South Florida Water Management District (SFWMD). He has worked on many different projects from new sidewalks and accommodating off-site drainage, such as 23rd Street SW in Collier County to major capacity projects such as I-75 from Luckett to SR 80 in Lee County. These projects required a variety of stormwater treatment systems from ponds to linear treatment swales as well as stormceptors and nutrient baffle boxes. He has permitted numerous projects through SFWMD and Southwest Florida Water Management District (SWFWMD). P R O J E C T E X P E R I E N C E Naples Manor Stormwater Improvement Preliminary Engineering Study (PES), Collier County, FL. Role: PM/Drainage Engineer-of-Record (EOR) 16th Street SW From Golden Gate Blvd to Randall, Collier County, FL. Role: Drainage Engineer Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. Role: Drainage Engineer, responsible for designing the bridge and roadway stormwater management facility Green Blvd Improvements, Collier County, FL. Role: Drainage Engineer I-75 From Luckett to SR 80, FDOT D1 Role: Drainage Engineer Old US 41 from Littleton Road to US 41, FDOT D1 Role: Drainage Engineer C O N TA C T Fort Myers, FL 33905 239-671-4545 brian@ggbeng.com Page 2048 of 7924 Floodplain Compensation• Roadway Stormsewer Systems• Pond Design• Stormwater Management• Facilities• Environmental Resource• Permitting• Crossdrains• Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. Role: Drainage Engineer Citrus Park/East Bonita Springs Stormwater Improvements, City of Bonita Springs, FL. Role: Project Manager and EOR Able Canal Multi-use Trail, Lee County, FL. Role: Drainage Design EOR John Yarbrough Linear Park Multi-Use Trail Extension, City of Fort Myers, FL. Role: Drainage EOR Ten Mile Canal/41 Industrial Park Drainage Improvements, Lee County, FL. Role: Project Manager, Drainage EOR Naples Manor Stormwater Improvements, Collier County, FL. Role: Project Manager, Drainage EOR CR 835 Safety Improvements, Hendry County, FL. Role: Drainage EOR Golden Gate Boulevard Design-Build, Collier County, FL. Role: Project Manager/Drainage Design Engineer 23rd Street SW Improvements, Collier County, FL. Role: Drainage Engineer Mercantile Avenue, Collier County, FL. Role: Drainage Engineer White Boulevard, Collier County, FL. Role: Drainage Engineer Brookhill, City of Fort Myers, Fort Myers, FL. Role: Drainage Engineer Aqua Shores, City of Fort Myers, FL. Role: PM/Drainage EOR Page 2049 of 7924 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESROSE, BRIAN JOSEPHDo not alter this document in any form.11700 TIMBERLINE CIRCLELICENSE NUMBER: PE71549EXPIRATION 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.comDEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONPage 2050 of 7924 SELECTION CRITERIA 5: PROJECT MANAGEMENT TEAM EXPERIENCE REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2051 of 7924 Seminole Tribe of Florida Transportation Support: Contract Value: $300,000.00 Period: 2017-Current Since 2017, Capital Consulting Solutions has been providing comprehensive project management services to the Seminole Tribe of Florida. These services are tailored to support various capital and operational projects, ensuring seamless execution from planning to construction. Capital served as an extension of staff for the Tribe. The key services provided include: Planning Support Services: • Conducting engineering evaluations, technical assessments, and studies. • Developing project criteria. • Preparing requests for proposals (RFP) for engineering consultant awards. • Providing budgetary cost estimating. Design Management/Project Management Support Services: • Overseeing, coordinating, and supporting engineering consultants. • Reviewing design submittals. • Providing procurement support. • Managing construction RFP and bid phase services. Construction Management: • Reviewing contractor payment requests, verifying progress, and making payment recommendations. • Assisting with the management and administration of construction documents, including handling work changes, payments, submittal monitoring, and document interpretation. • Evaluating and recommending change orders, preparing independent cost estimates, negotiating, ensuring procedural compliance, and overseeing work accomplishment. • Preparing punch lists, coordinating work completion, and ensuring receipt of all closeout documents. Capital Consulting Solutions offers these services on a time and material cost basis, ensuring flexibility and cost-efficiency. The professional services provided are crucial in maintaining the quality and timely completion of transportation projects for the Seminole Tribe of Florida. Page 2052 of 7924 Babcock Ranch Independent Special District- Babcock Ranch Community Park Contract Value: $ 1,200,000.00 Design Period: 12 Months Services During Construction: 12 Months The Babcock Ranch Community Park is a 20-acre recreational facility designed to meet the diverse needs of the Babcock Ranch community. The park includes: • Turf Football Field; • Soccer/Multipurpose Field; • Baseball Field; • Softball Field; • Skate Park; • And Maintenance Building These facilities cater to various sports, recreational activities, and community events, making it a vital hub for local residents. Services Provided by Capital Consulting Solutions Design Services: • Engineering Evaluations and Technical Assessments: Conducted comprehensive assessments to ensure the design meets all technical and regulatory standards. • Project Criteria Development: Developed detailed criteria to guide the design process, ensuring alignment with community needs and project goals. • Preparation of RFPs: Created detailed requests for proposals (RFPs) to attract qualified engineering consultants for the design phase. • Budgetary Cost Estimating: Provided accurate cost estimates to ensure the project remained within budget from the design phase onward. Project Management Services: • Bid Package Preparation: Developed detailed bid packages, including project scope of work, specifications, bid schedules, and cost estimates. • Coordination of Bidding and Contracting: Managed the entire process of bidding and contracting, ensuring transparent and efficient selection of contractors. • Project Oversight During Design and Construction: Provided continuous oversight throughout the design and construction phases to ensure project milestones were met. • Paperwork Processing: Managed all necessary documentation, including executive summaries, purchase order requisitions, work orders, and notices. • Meeting Attendance and Invoice Review: Regularly attended project meetings and meticulously reviewed project invoices to ensure accuracy and compliance. Page 2053 of 7924 • Value Engineering Reports: Assisted the owner in making informed decisions by providing value engineering reports to enhance project value. Construction Management Services: • Contractor Payment Verification: Reviewed and verified contractor payment requests, ensuring that payments were made based on verified progress. • Administration of Construction Documents: Managed and administered all construction-related documents, including handling work changes, payments, submittal monitoring, and interpretation of construction documents. • Change Order Management: Assisted with evaluating and recommending change orders, preparing independent cost estimates, negotiating terms, and ensuring procedural compliance. • Punch List Preparation and Work Coordination: Prepared detailed punch lists and coordinated the completion of remaining work to ensure all aspects of the project were finalized. • Closeout Document Management: Ensured that all closeout documents were received, properly filed, and met all contractual requirements. • Contractor Management: Ensured that all contractors working on the fields and civil aspects of the project were properly managed to maintain quality and adherence to project specifications. These services provided by Capital Consulting Solutions ensured that the Babcock Ranch Community Park project was designed, managed, and constructed efficiently, meeting the community's needs and maintaining high standards of quality and compliance throughout the project lifecycle. Page 2054 of 7924 Lee County School District Continuing Contract - Civil Engineering Contract Value: $30K-$150K The services encompassed a comprehensive range of civil engineering tasks necessary to support the planning, design, permitting, procurement, construction, and administration of various school district projects. 1. Project Management Services • Project Oversight: Capital provided overall project management to ensure all tasks were completed on schedule, within budget, and to the required quality standards. • Coordination with District Staff: Maintained regular communication with District staff to ensure alignment on project objectives, progress, and any issues that arose. • Progress Reporting: Prepared and submitted regular progress reports to the District, outlining completed tasks, upcoming activities, and any potential issues. 2. Design Management • Design Specifications Review: Reviewed and verified design specifications to ensure they met project requirements and adhered to relevant codes and standards. • Design Coordination: Collaborated with architects, engineers, and other design professionals to integrate all aspects of the project design. • Value Engineering: Provided value engineering services to optimize design solutions, reduce costs, and enhance project value. 3. Permitting Services • Permit Coordination: Managed the permitting process, including preparation and submission of permit applications, coordination with regulatory agencies, and resolution of any issues that arose during the permitting process. • Compliance Monitoring: Ensured all project activities complied with local, state, and federal regulations and obtained all necessary permits and approvals. 4. Procurement Assistance • Bid Package Preparation: Developed detailed bid packages, including project scope, specifications, schedules, and cost estimates. • Bid Analysis: Evaluated bid submissions for completeness, compliance with specifications, and cost- effectiveness. Provided recommendations for contract awards. • Vendor Selection: Assisted the District in selecting qualified contractors and vendors based on bid analysis and project requirements. 5. Construction Services • Construction Oversight: Provided on-site management and oversight during construction to ensure work was performed according to plans and specifications. • Coordination of Contractors: Coordinated the activities of contractors, subcontractors, and suppliers to maintain project schedules and quality standards. Page 2055 of 7924 • Quality Control: Implemented quality control measures to ensure construction work met specified standards and requirements. • Safety Management: Monitored and enforced safety protocols to ensure a safe working environment for all project personnel. 6. Contract Administration • Contract Management: Administered contracts with contractors and vendors, ensuring compliance with terms and conditions. • Payment Verification: Reviewed and verified payment requests from contractors to ensure they aligned with completed work and contract terms. • Change Order Management: Evaluated and processed change orders, including cost estimates, negotiation, and approval. • Documentation and Records Management: Maintained comprehensive project documentation and records, including contracts, permits, design documents, and correspondence. 7. Additional Services • Stakeholder Engagement: Facilitated communication and engagement with project stakeholders, including school staff, parents, and community members. • Environmental Assessments: Conducted environmental assessments and studies as required to support project planning and permitting. • Post-Construction Services: Provided post-construction services, including final inspections, punch list completion, and project closeout documentation. • Decision Support: Assisted the owner in making informed decisions by providing detailed reports and analysis, including value engineering reports. Capital delivered these services in a manner that ensured efficient project execution, adherence to quality and safety standards, and alignment with the goals and requirements of the Lee County School District. Capital maintained clear and consistent communication with District staff and stakeholders throughout the project lifecycle to ensure successful project outcomes. Page 2056 of 7924 Collier County Hurricane Ian Project Management Contact Amount: $ 2,477,944.00 In the aftermath of Hurricane Ian, Capital Consulting Solutions played a crucial role in the restoration and recovery of county-owned facilities in Collier County. The primary objective was to restore all affected facilities to order as swiftly and efficiently as possible. Services Provided by Capital Consulting Solutions Project Management Services: • Coordination with Local Contractors and Subcontractors: Facilitated effective communication and collaboration among local contractors, subcontractors, and county staff to ensure the timely execution of restoration activities. • Comprehensive Oversight: Provided comprehensive project oversight to ensure all tasks were completed according to schedule and specifications. • Meeting Attendance and Reporting: Regularly attended coordination meetings with all stakeholders and provided detailed progress reports to keep all parties informed. • Issue Resolution: Identified potential issues early and implemented solutions to mitigate delays and disruptions. Contract Management Services: • Bid Package Preparation: Developed and managed bid packages, including scope of work, specifications, schedules, and cost estimates, to facilitate the hiring of contractors and subcontractors. • Contract Negotiation and Award: Oversaw the negotiation and award of contracts to ensure fair and effective agreements that met county requirements. • Payment Verification: Reviewed and verified contractor and subcontractor payment requests to ensure accuracy and compliance with contract terms. • Change Order Management: Managed change orders, including preparation of independent cost estimates, negotiation, and ensuring procedural compliance. • Documentation Management: Administered all construction documents, including work changes, payments, submittal monitoring, and interpretation of contract terms. Page 2057 of 7924 Facility Restoration Services: • Rapid Response and Mobilization: Coordinated the rapid mobilization of resources and personnel to begin immediate restoration work on county-owned facilities. • Damage Assessment and Reporting: Conducted thorough assessments of damage to each facility and provided detailed reports to county staff to inform restoration strategies. • Work Coordination and Supervision: Supervised the restoration work to ensure it met county standards and was completed efficiently. • Final Inspections and Closeout: Conducted final inspections to ensure all work was completed to specifications and managed the closeout process, including the receipt of all necessary documentation. Through these comprehensive services, Capital Consulting Solutions ensured that all county-owned facilities affected by Hurricane Ian were restored to full functionality as quickly as possible, minimizing downtime and disruption for Collier County residents. Page 2058 of 7924 Charlotte County Airport Authority Continuing Contract – Project/Construction Management This Scope of Work details the services provided by Capital Consulting Solutions under an ongoing contract with the Charlotte County Airport Authority. These services covered a wide array of civil engineering tasks essential for the planning, design, permitting, procurement, construction, and administration of various airport projects. 1. Project Management Services • Project Oversight: Capital ensured comprehensive project management to complete all tasks on time, within budget, and meeting the required quality standards. • Coordination with Authority Staff: Maintained consistent communication with Airport Authority personnel to ensure project goals, progress, and issues were properly addressed. • Progress Reporting: Generated and submitted regular progress updates to the Authority, detailing completed work, upcoming tasks, and potential issues. 2. Design Management • Review of Design Specifications: Assessed and verified design specifications to ensure they met project needs and complied with relevant codes and standards. • Design Collaboration: Worked with architects, engineers, and other design professionals to integrate all aspects of the project design. • Value Engineering: Offered value engineering services to optimize design solutions, reduce costs, and enhance project outcomes. 3. Permitting Services • Permit Management: Handled the entire permitting process, including the preparation and submission of applications, coordination with regulatory bodies, and resolution of issues. • Regulatory Compliance: Ensured all project activities adhered to local, state, and federal regulations and secured all necessary permits and approvals. 4. Procurement Assistance • Preparation of Bid Packages: Created detailed bid packages, including project scope, specifications, schedules, and cost estimates. • Bid Evaluation: Assessed bid submissions for completeness, compliance with specifications, and cost- effectiveness, providing recommendations for contract awards. • Vendor Selection: Assisted the Authority in selecting qualified contractors and vendors based on bid evaluations and project requirements. • Bid Negotiation: Managed negotiations with bidders to secure favorable terms and conditions for the Authority. Page 2059 of 7924 5. Construction Services • Construction Oversight: Provided on-site management and oversight during construction to ensure work was performed according to plans and specifications. • Coordination of Contractors and Subcontractors: Organized the activities of contractors, subcontractors, and suppliers to maintain project timelines and quality standards. • Quality Assurance: Implemented quality control measures to ensure construction work met the specified standards and requirements. • Safety Oversight: Monitored and enforced safety protocols to maintain a safe working environment for all project personnel. 6. Contract Administration • Contract Management: Administered contracts with contractors and vendors, ensuring compliance with all terms and conditions. • Payment Review: Examined and verified payment applications from contractors to ensure they matched completed work and contract terms. • Change Order Processing: Evaluated and processed change orders, including cost estimates, negotiation, and approval. • Document Management: Maintained thorough project documentation and records, including contracts, permits, design documents, and correspondence. 7. Additional Services • Stakeholder Communication: Facilitated communication and engagement with project stakeholders, including airport staff, tenants, and community members. • Environmental Assessments: Conducted necessary environmental assessments and studies to support project planning and permitting. • Post-Construction Services: Provided services following construction, including final inspections, punch list completion, and project closeout documentation. • Decision Support: Assisted the Authority in making informed decisions by providing detailed reports and analysis, including value engineering reports. Page 2060 of 7924 SELECTION CRITERIA 6: COST TO THE COUNTY/ RATE SCHEDULE REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2061 of 7924 COST TO THE COUNTY/RATE SCHEDULE Capital is using the same rate for the same positions as we do for other government clients throughout Southwest Florida. These clients include the Seminole Tribe of Florida, Lee County School District, City of Naples, and Babcock Ranch Independent Special District. It is Capital's goal to always provide the County with high-quality service in project management. Below is a summary of Capital’s rates for the requested positions, ensuring that the County receives exceptional value and expertise: These rates reflect Capital Consulting Solutions' commitment to delivering outstanding project management and engineering services, ensuring that all projects are completed efficiently, within budget, and to the highest standards of quality. Line # Position Title Hourly Rate Weight Factor Weighted Hourly Rate 1 Principal Project Manager 250 10 2500 2 Senior Project Manager 226 30 6780 3 Project Manager 190 60 11400 TOTAL 20680 Page 2062 of 7924 SELECTION CRITERIA 7: LOCAL VENDOR PREFERENCE REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2063 of 7924 LOCAL VENDOR PREFERENCE At Capital Consulting, we focus on fostering local economic growth and fostering community connections. With our current Business Tax Receipt from the Collier County Tax Collector, our firm is deeply embedded in the local business community. Our office strategically located in a growing area of Collier County serves as the central hub for our dedicated team of professionals. From this location, we efficiently deliver our services, ensuring compliance with all local regulations, and strengthening our commitment to the regional economy. Our physical presence in this dynamic area underscores our steadfast dedication to advancing Collier County's business and economic development goals. Page 2064 of 7924 FORMS REQUEST FOR PROPOSALSRFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY MAY 31, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2065 of 7924 Page 2066 of 7924 Page 2067 of 7924 Page 2068 of 7924 Page 2069 of 7924 Page 2070 of 7924 Page 2071 of 7924 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8226 Reference Questionnaire for: Project Management Services (Name of Company Requesting Reference Information) Capital Consulting Solutions, LLC (Name of Individuals Requesting Reference Information) Name: Camden Smith (Evaluator completing reference questionnaire) Company: Collier County Facilities Management (Evaluator’s Company completing reference) Email: Camden.Smith@colliercountyfl.gov FAX: Telephone: 239-682-0082 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: Hurricane IAN Emergency Cleanup & Repairs Completion Date: February 2023 Project Budget: $1,000,000.00 (Initial). $2,300,000.00 (Final)Project Number of Days: 180 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work.10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 SmithCamden Digitally signed by SmithCamden Date: 2024.05.29 12:30:10 -04'00' Page 2072 of 7924 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8226 Reference Questionnaire for: Project Management Services (Name of Company Requesting Reference Information) Capital Consulting Solutions, LLC (Name of Individuals Requesting Reference Information) Name: Matthew Burbach (Evaluator completing reference questionnaire) Company: The School District of Lee County (Evaluator’s Company completing reference) Email: MatthewBu@LeeSchools.net FAX: 239-479-4266 Telephone: 239-479-4207 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: Harns Marsh Elementary School/Middle School – Parent Pickup/Dropoff Queuing Analysis Completion Date: December 2022 Project Budget: $19,732.00 Project Number of Days: 120 Days Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 2073 of 7924 Caution: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. From:Burbach, Matthew To:Victor Nguyen Cc:Adam.ahmad@capitalengr.com; anthony.arfuso@capitalengr.com; "Marmi Sica" Subject:RE: Collier County Project Management Services [Reference Form] Date:Thursday, May 30, 2024 9:01:21 AM Attachments:Form 5 Reference Questionnaire - LCSD.docx Victor, Please see attached. Thanks From: Victor Nguyen <victor.nguyen@capitalengr.com> Sent: Friday, May 24, 2024 11:37 AM To: Burbach, Matthew <MatthewBu@LeeSchools.net> Cc: Adam.ahmad@capitalengr.com; anthony.arfuso@capitalengr.com; 'Marmi Sica' <marmi.sica@capitalengr.com> Subject: Collier County Project Management Services [Reference Form] Good morning Matt, May you please fill out the attached Reference Form. We are working on a proposal for Collier County Project Management Services. Thank you in advance! Best regards, Victor Nguyen Civil Engineer Capital Consulting Solutions - DBE/MBE/SBE 9010 Strada Stell Ct. Ste 108 Naples, Florida 34109 PH: 239.989.7714 EM: victor.nguyen@capitalengr.com WS: capitalconsultingsolutions.com “Value, Quality & Responsive” Page 2074 of 7924 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 hasimplementeda 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 Capital Consulting Solutions, LLC Transportation Support Pending $250,000.00 365 10 10 10 10 10 10 10 10 10 10 100 hectorgarcia-ochoaro@semtr 954-662-4776 Seminole Tribe of FloridaHector Garcia-Ochoa Rojas Project Management Services 24-8226 Hector Garcia- Ochoa Rojas Digitally signed by Hector Garcia-Ochoa Rojas Date: 2024.05.28 09:15:19 -04'00' Page 2075 of 7924 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 hasimplementeda 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 Capital Consulting Solutions, LLC Babcock Ranch Community Park Pending $1,200,000.00 365 10 10 10 10 10 10 10 10 10 10 100 bmoore@kitsonpartners.com 239-206-7899 Babcock Property Holdings, LLCBill R. Moore Project Management Services 24-8226 Bill R. Moore Digitally signed by Bill R. Moore DN: C=US, E=bmoore@kitsonpartners.com, O=Kitson & Partners, CN=Bill R. Moore Date: 2024.05.28 13:05:09-04'00' Page 2076 of 7924 Addendum #1 Date: April 23, 2024 From: Lisa Oien, Procurement Strategist To: Interested Bidders Subject: Addendum # 24-8226 – Project Management Services The following clarifications are issued as an addendum: Change 1: Extension to Question Deadline and Bid Due date Question Deadline April 24, 2024, at 5:00 PM May 24, 2024, at 5:00 PM Bid Due Date May 1, 2024, at 3:00 PM May 31, 2024, at 3:00 PM This change also addresses question #2 in BidSync. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Lisa.Oien@colliercountyfl.gov Telephone: (239) 252-8935 05/31/2024 Capital Consulting Solutions, LLC Page 2077 of 7924 Addendum #2 Date: May 31, 2024 From: Lisa Oien, Procurement Strategist To: Interested Bidders Subject: Addendum #2 24-8226 – Project Management Services The following clarifications are issued as an addendum: Change 1: Extension to Bid Due date: Bid Due Date - May 31, 2024, at 3:00 PM June 14 , 2024, at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Lisa.Oien@colliercountyfl.gov Telephone: (239) 252-8935 Capital Consulting Solutions, LLC Adam Ahmad 6/11/2024 Page 2078 of 7924 9010 STRADA STELL CT. SUITE 108 NAPLES, FL 34109 Current Principal Place of Business: Current Mailing Address: 9010 STRADA STELL CT. SUITE 108 NAPLES, FL 34109 US Entity Name: CAPITAL CONSULTING SOLUTIONS LLC. DOCUMENT# L17000059962 FEI Number: 82-0845707 Certificate of Status Desired: Name and Address of Current Registered Agent: AHMAD, ADAM N 9010 STRADA STELL CT. SUITE 108 NAPLES, FL 34109 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Authorized Person(s) Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am a managing member or manager of the limited liability company or the receiver or trustee empowered to execute this report as required by Chapter 605, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Authorized Person(s) Detail Date FILED Feb 01, 2023 Secretary of State 4960955583CC ADAM AHMAD MANAGING MEMBER 02/01/2023 2023 FLORIDA LIMITED LIABILITY COMPANY ANNUAL REPORT No Title AMBR Name AHMAD, ADAM N Address 9010 STRADA STELL CT. SUITE 108 City-State-Zip:NAPLES FL 34109 Page 2079 of 7924 Melanie S. Griffin, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE GENERAL CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESAHMAD, ADAMDo not alter this document in any form.CAPITAL CONSULTING SOLUTIONS LLC.LICENSE NUMBER: CGC1525246EXPIRATION DATE: AUGUST 31, 2024This is your license. It is unlawful for anyone other than the licensee to use this document.9010 STRADA STELL CT STE 108NAPLES FL 34109Always verify licenses online at MyFloridaLicense.comPage 2080 of 7924 Melanie S. Griffin,SecretaryRon DeSantis, GovernorSTATE OF FLORIDABOARD OF PROFESSIONAL ENGINEERSTHE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESAHMAD, ADAM N.Do not alter this document in any form.9010 STRADA STELL CTLICENSE NUMBER: PE72472EXPIRATION DATE: FEBRUARY 28, 2025This is your license. It is unlawful for anyone other than the licensee to use this document.SUITE 108NAPLES FL 34109Always verify licenses online at MyFloridaLicense.comPage 2081 of 7924 Page 2082 of 7924 Florida Unified Certification Program Disadvantaged Business Enterprise (DBE) Certificate of Eligibility CAPITAL CONSULTING SOLUTIONS LLC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 238990, 541330, 541340, 541990 Samuel Febres (Sammy) DBE & Small Business Development Manager Florida Department of Transportation Page 2083 of 7924 ANNIVERSARY DATE – Annually on 06/02 The Florida Department of Transportation (Department) has certified, CAPITAL CONSULTING SOLUTIONS LLC under the Florida’s Unified Certification Program (UCP) as a Disadvantaged Business Enterprise (DBE), in accordance with Title 49 Part 26, Code of Federal Regulations (CFR). DBE Certification does not expire. It is contingent upon the firm maintaining eligibility annually through this office. We will notify Owners of their responsibilities in advance of the anniversary date. We have listed the firm in the Florida's DBE Certification Directory, found at the following link: http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/ Prime contractors and consultants must verify the firm's DBE certification status, and identify eligible work area(s) through the Directory. The Department makes available DBE Support Service Providers, offering managerial and technical assistance at no cost. Contact us at (850) 414-4747 or via email DBECert.Help@dot.state.fl.us with your questions or concerns. Thank you. Samuel Febres (Sammy) DBE & Small Business Development Manager Equal Opportunity Office Page 2084 of 7924 Minority Business Certification Capital Consulting Solutions, LLC 08/02/2023 08/02/2025 Page 2085 of 7924 Florida Department of Transportation RON DESANTIS GOVERNOR JARED W. PERDUE, P.E. SECRETARY 1 August 7, 2023 Adam Ahmad, Managing Member CAPITAL CONSULTING SOLUTIONS, LLC 9010 Strada Stell Court, Suite 108 Naples, Florida 34109 Dear Mr. Ahmad: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00.* This status shall be valid until August 7, 2024, for contracting purposes. *Limit for FDOT projects only Page 2086 of 7924 2 Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 2087 of 7924 Page 2088 of 7924 Page 1 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR E-VERIFY EMPLOYER AGENTS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the E-Verify Employer Agent, the Employer, DHS, and the Social Security Administration (SSA). The Employer is not a party to this MOU; however, this MOU contains a section titled Responsibilities of the Employer. This section is provided to inform E-Verify Employer Agents acting on behalf of the Employer of the responsibilities and obligations their clients are required to meet. The Employer is bound by these responsibilities through signing a separate MOU during their enrollment as a client of the E-Verify Employer Agent. The E-Verify program requires an initial agreement between DHS and the E-Verify Employer Agent as part of the enrollment process. After agreeing to the MOU as set forth herein, completing the tutorial, and obtaining access to E-Verify as an E-Verify Employer Agent, the E-Verify Employer Agent will be given an opportunity to add a client once logged into E-Verify. All parties, including the Employer, will then be required to sign and submit a separate MOU to E-Verify. The responsibilities of the parties remain the same in each MOU. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing The parties to this agreement are the Department of Homeland Security (DHS) and Capital Consulting Solutions Llc (E-Verify Employer Agent). The purpose of this agreement is to set forth terms and conditions which the E-Verify Employer Agent will follow while participating in E-Verify. 1774099 Page 2089 of 7924 Page 2 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: information under E-Verify and shall update them as needed to keep them current. 2. The E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the E-Verify User Manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 3. The E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 4. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the E-Verify Employer Agent is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of E-Verify. 5. The E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 6. The 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. 7. The 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. 8. The E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 9. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.1 below. 10. The E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify rules and procedures. The E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to 1774099 Page 2090 of 7924 Page 3 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: make inquiries on behalf of the Employer during the period of unavailability. 11.When the E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 12. If data is transmitted between the E-Verify Employer Agent and its client, then the E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the E-Verify Employer Agent. 13. The E-Verify Employer Agent 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@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 14. The E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. 15. The E-Verify Employer Agent 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 E-Verify Employer Agent 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 Employer Agent services and any claim to that effect is false. 16. The E-Verify Employer Agent 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. 17. The E-Verify Employer Agent 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 E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 18. The E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF THE EMPLOYER The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify 1774099 Page 2091 of 7924 Page 4 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a. Notice of E-Verify Participation b. Notice of Right to Work 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3. The Employer shall become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. 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 Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 5. The 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. 6. The Employer agrees that, although it participates in E-Verify, the 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 antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 4 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, 1774099 Page 2092 of 7924 Page 5 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 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. 7. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 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. 8. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 9. The Employer must use E-Verify (through its E-Verify Employer Agent) for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 10. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B below) to contact DHS with information necessary to resolve the challenge. 11. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo 1774099 Page 2093 of 7924 Page 6 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 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 work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 12. The 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 Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 13. The Employer agrees that it will use the information it receives from E-Verify (through its E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 14. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 15. The Employer acknowledges that the information it receives through the E-Verify Employer Agent 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. 1774099 Page 2094 of 7924 Page 7 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 16. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify (whether directly or through their E-Verify Employer Agent), 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. 17. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 18. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 19. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 20. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C. RESPONSIBILITIES OF FEDERAL CONTRACTORS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities if the Employer is a federal contractor or becomes a Federal contractor. The E-Verify Employer Agent should instruct the client to keep the E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of 1774099 Page 2095 of 7924 Page 8 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.B.6, ii. The employee’s work authorization has not expired, and iii. The 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 Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, 1774099 Page 2096 of 7924 Page 9 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 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 the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. 1774099 Page 2097 of 7924 Page 10 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: E. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU a. Automated verification checks on alien employees by electronic means, and b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. 1774099 Page 2098 of 7924 Page 11 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS The E-Verify Employer Agent shall ensure that the E-Verify Employer Agent and the Employers represented by the E-Verify Employer Agent carry out the following responsibilities. It is the E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance with all E-Verify policies and procedures. A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action 1774099 Page 2099 of 7924 Page 12 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form 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 Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer (though the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. The E-Verify Employer Agent is responsible for providing equipment needed to make inquiries. To access E-Verify, an E-Verify Employer Agent will need a personal computer with Internet access. 1774099 Page 2100 of 7924 Page 13 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. B. TERMINATION 1. The E-Verify Employer Agent may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the E-Verify Employer Agent’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 E-Verify Employer Agent or the Employer, or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU for that Employer when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the E-Verify Employer Agent must provide written notice to DHS. If the E-Verify Employer Agent fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the E-Verify Employer Agent or the Employer is terminated from E-Verify. 1774099 Page 2101 of 7924 Page 14 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, its agents, officers, or employees. C. The E-Verify Employer Agent may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The E-Verify Employer Agent 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 E-Verify Employer Agent and DHS respectively. The E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer or the E-Verify Employer Agent, as the case may be, 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 E-Verify Employer Agent. If you have any questions, contact E-Verify at 1-888-464-4218. 1774099 Page 2102 of 7924 Page 15 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Approved by: E-Verify Employer Agent Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 1774099 Capital Consulting Solutions Llc Adam Ahmad Electronically Signed 01/04/2022 USCIS Verification Division Electronically Signed 01/04/2022 Page 2103 of 7924 Page 16 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 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 1774099 Capital Consulting Solutions Llc 9010 STRADA STELL CT. SUITE 108 NAPLES, FL 34109 COLLIER 820845707 541 5 to 9 1 Page 2104 of 7924 Page 17 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 1774099 FLORIDA 1 site(s) Page 2105 of 7924 Page 18 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 1774099 Name Adam Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address info@capitalengr.com Name Adam Ahmad Phone Number (239) 273 - 8894 Fax Number Email Address info@capitalengr.com Page 2106 of 7924 Page 19 of 19 E-Verify MOU for E-Verify Employer Agents | Revision Date 06/01/13 Company ID Number: 1774099 Page intentionally left blank Page 2107 of 7924 Appendix REQUEST FOR PROPOSALS RFP.: 24-8226 PROJECT MANAGEMENT SERVICES COLLIER COUNTY JUNE 14, 2024 Capital Consul�ng Solu�ons, LLC - DBE/MBE/SBE 9010 Strada Stell Ct, Suite 108 Naples, Florida 34109 PH: 239.273.8894 EM: adam.ahmad@capitalengr.com WS: capitalconsul�ngsolu�ons.com PLANNING ENGINEERING CONSTRUCTION Page 2108 of 7924 Page 2109 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2022 Accrual Basis Tuesday, January 2, 2024 12:16 PM GMT-05:00 1/2 TOTAL ASSETS Current Assets Bank Accounts CONSULTING (7850) - 1 10,414.73 WF Capital Consulting 0631 677,076.91 Total Bank Accounts $687,491.64 Accounts Receivable Accounts Receivable 268,020.40 Total Accounts Receivable $268,020.40 Other Current Assets Due From Capital Contractors 11,029.94 Undeposited Funds 155,332.56 Total Other Current Assets $166,362.50 Total Current Assets $1,121,874.54 Fixed Assets Accumulated Depreciation -117,721.00 Avalance 2002 33,706.00 Computer and Printers 21,086.98 Drone 2,350.00 F350 2017 52,467.00 Furniture and Equipment 9,411.78 G470 2005 25,000.00 Software assets 905.58 White Board 800.00 Total Fixed Assets $28,006.34 TOTAL ASSETS $1,149,880.88 LIABILITIES AND EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable 138,838.47 Total Accounts Payable $138,838.47 Credit Cards Capital Consulting CC 5360 3,978.31 Total Credit Cards $3,978.31 Other Current Liabilities Shareholder Loan 36,000.00 Total Other Current Liabilities $36,000.00 Total Current Liabilities $178,816.78 Total Liabilities $178,816.78 Page 2110 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2022 Accrual Basis Tuesday, January 2, 2024 12:16 PM GMT-05:00 2/2 TOTAL Equity Additional payed in capital 124,167.00 Distributions -1,127,343.83 Retained Earnings 1,140,302.50 Net Income 833,938.43 Total Equity $971,064.10 TOTAL LIABILITIES AND EQUITY $1,149,880.88 Page 2111 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2022 Accrual Basis Tuesday, January 2, 2024 12:21 PM GMT-05:00 1/2 TOTAL Income Direct Income Consulting Income COGS 202,021.00 Total Direct Income 202,021.00 Indirect Income Consulting Income 1,706,654.22 Design Income 196,295.83 Total Indirect Income 1,902,950.05 Total Income $2,104,971.05 Cost of Goods Sold Direct Expenses Auto Expenses COGS Fuel COGS 68.97 Total Auto Expenses COGS 68.97 Business License COGS 100.00 Materials & Supplies COGS 409.14 Meals COGS 102.67 Subcontracted Services COGS 816,552.46 Utilities COGS 3,570.00 Total Direct Expenses 820,803.24 Total Cost of Goods Sold $820,803.24 GROSS PROFIT $1,284,167.81 Expenses Fringe Benefits Taxes - Payroll 29,715.34 Total Fringe Benefits 29,715.34 General Overhead Advertising & Marketing 1,541.16 Automobile Expense 18,159.77 Auto Fuel 290.58 Total Automobile Expense 18,450.35 Bank Service Charges 531.68 Business Licenses and Permits 927.75 CEUs Continuing Education 374.00 Charitable Contributions 300.00 Dues and Subscriptions 3,461.62 Page 2112 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2022 Accrual Basis Tuesday, January 2, 2024 12:21 PM GMT-05:00 2/2 TOTAL Insurance Expense 11,815.78 Business Insurance 129.50 Dental Expense (deleted)212.00 Eye & Vision Expense (deleted)448.00 Health Insurance (deleted)1,510.18 Medical Expense 51.79 Total Insurance Expense 14,167.25 Meals and Entertainment 21,154.21 Office Expense 682.47 Office Supplies 2,079.52 Total Office Expense 2,761.99 Professional Fees 4,075.00 Rent & Lease Expense 24,092.90 Repairs and Maintenance 165.85 Travel 794.65 Uniform 988.67 Utilities 6,301.06 Internet Expenses 11,107.68 Telephone Expense 716.74 Total Utilities 18,125.48 Total General Overhead 111,912.56 Payroll Expenses Shareholder Compensation 200,000.06 W/C 1,013.28 Wages 332,438.26 Total Payroll Expenses 533,451.60 Total Expenses $675,079.50 NET OPERATING INCOME $609,088.31 Other Income Interest Income 2.11 Leased Employee Income 320,155.02 Total Other Income $320,157.13 Other Expenses Reconciliation Discrepancies-1 95,307.01 Total Other Expenses $95,307.01 NET OTHER INCOME $224,850.12 NET INCOME $833,938.43 Page 2113 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2021 Accrual Basis Tuesday, January 2, 2024 12:16 PM GMT-05:00 1/2 TOTAL ASSETS Current Assets Bank Accounts CONSULTING (7850) - 1 81,058.81 WF 2859 (deleted)450,000.00 WF Capital Consulting 0631 103,782.99 Total Bank Accounts $634,841.80 Accounts Receivable Accounts Receivable 189,033.56 Total Accounts Receivable $189,033.56 Other Current Assets Due From Capital Contractors 138,897.45 E-Trade (deleted)50,000.00 Undeposited Funds 82,856.36 Total Other Current Assets $271,753.81 Total Current Assets $1,095,629.17 Fixed Assets Accumulated Depreciation -67,622.00 Avalance 2002 15,000.00 Computer and Printers 21,086.98 Drone 2,350.00 F350 2017 52,467.00 Furniture and Equipment 9,411.78 G470 2005 25,000.00 Software assets 905.58 White Board 800.00 Total Fixed Assets $59,399.34 TOTAL ASSETS $1,155,028.51 LIABILITIES AND EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable 7,300.00 Total Accounts Payable $7,300.00 Credit Cards Capital Consulting CC 5360 -2,974.14 Page 2114 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2021 Accrual Basis Tuesday, January 2, 2024 12:16 PM GMT-05:00 2/2 TOTAL Total Credit Cards $ -2,974.14 Other Current Liabilities Direct Deposit Liabilities -395.57 Payroll Liabilities 1,546.78 FUTA 453.42 SUTA 12.56 Total Payroll Liabilities 2,012.76 Shareholder Loan 18,000.00 Total Other Current Liabilities $19,617.19 Total Current Liabilities $23,943.05 Total Liabilities $23,943.05 Equity Additional payed in capital 124,167.00 Capital Stock 600.00 Distributions -61,618.71 Due to Shareholder (Contributio (deleted)256.62 Retained Earnings 498,710.23 Net Income 568,970.32 Total Equity $1,131,085.46 TOTAL LIABILITIES AND EQUITY $1,155,028.51 Page 2115 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2021 Accrual Basis Tuesday, January 2, 2024 12:20 PM GMT-05:00 1/2 TOTAL Income Indirect Income Consulting Income 1,095,809.64 Design Income 404,580.00 Total Indirect Income 1,500,389.64 Total Income $1,500,389.64 Cost of Goods Sold Direct Expenses Cost of Goods Sold COGS -175.00 Materials & Supplies COGS 72.28 Subcontracted Services COGS 441,260.89 Total Direct Expenses 441,158.17 Total Cost of Goods Sold $441,158.17 GROSS PROFIT $1,059,231.47 Expenses Buyout 199,320.00 Contract Labor-DONT USE 450.00 Fringe Benefits Taxes - Payroll 100,984.07 Total Fringe Benefits 100,984.07 General Overhead Automobile Expense 10,528.60 Business Licenses and Permits 224.06 Insurance Expense 10,207.59 Auto Insurance 680.17 Business Insurance 79.06 Health Insurance (deleted)10,371.94 Total Insurance Expense 21,338.76 Meals and Entertainment 1,831.53 Office Expense 755.00 Office Supplies 301.42 Total Office Expense 1,056.42 Professional Fees 84.25 Rent & Lease Expense 2,700.00 Repairs and Maintenance 60.00 Utilities 3,960.85 Internet Expenses 2,511.39 Total Utilities 6,472.24 Total General Overhead 44,295.86 Other Business Expense-DONT USE 4,723.44 Page 2116 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2021 Accrual Basis Tuesday, January 2, 2024 12:20 PM GMT-05:00 2/2 TOTAL Payroll Expenses 612.00 Shareholder Compensation 157,769.27 W/C 927.59 Wages 346,599.39 Total Payroll Expenses 505,908.25 Total Expenses $855,681.62 NET OPERATING INCOME $203,549.85 Other Income Leased Employee Income 365,420.47 Total Other Income $365,420.47 NET OTHER INCOME $365,420.47 NET INCOME $568,970.32 Page 2117 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2020 Accrual Basis Tuesday, January 2, 2024 12:15 PM GMT-05:00 1/2 TOTAL ASSETS Current Assets Bank Accounts CONSULTING (7850) - 1 74,089.81 WF Capital Consulting 0631 258,505.32 Total Bank Accounts $332,595.13 Accounts Receivable Accounts Receivable 108,147.00 Total Accounts Receivable $108,147.00 Other Current Assets Due From Capital Contractors 19,998.80 E-Trade (deleted)50,000.00 Total Other Current Assets $69,998.80 Total Current Assets $510,740.93 Fixed Assets Accumulated Depreciation -67,622.00 Avalance 2002 15,000.00 Computer and Printers 21,086.98 Drone 2,350.00 F350 2017 52,467.00 Furniture and Equipment 9,411.78 G470 2005 25,000.00 Software assets 905.58 White Board 800.00 Total Fixed Assets $59,399.34 TOTAL ASSETS $570,140.27 LIABILITIES AND EQUITY Liabilities Current Liabilities Credit Cards Capital Consulting CC 5360 26.69 WF Consulting CC 5688 (deleted)-9,459.12 Total Credit Cards $ -9,432.43 Other Current Liabilities Direct Deposit Liabilities -395.57 Payroll Liabilities 619.19 FUTA 472.58 SUTA 47.60 Total Payroll Liabilities 1,139.37 Shareholder Loan 18,000.00 Page 2118 of 7924 Capital Consulting Solutions, LLC Balance Sheet As of December 31, 2020 Accrual Basis Tuesday, January 2, 2024 12:15 PM GMT-05:00 2/2 TOTAL Total Other Current Liabilities $18,743.80 Total Current Liabilities $9,311.37 Long-Term Liabilities PPP Loan (deleted)68,559.00 SBA Loan (deleted)8,000.00 Total Long-Term Liabilities $76,559.00 Total Liabilities $85,870.37 Equity Additional payed in capital 124,167.00 Capital Stock 600.00 Distributions -61,618.71 Retained Earnings 321,637.69 Net Income 99,483.92 Total Equity $484,269.90 TOTAL LIABILITIES AND EQUITY $570,140.27 Page 2119 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2020 Accrual Basis Tuesday, January 2, 2024 12:20 PM GMT-05:00 1/2 TOTAL Income Direct Income Consulting Income COGS 3,800.00 Total Direct Income 3,800.00 Indirect Income Design Income 482,170.00 Total Indirect Income 482,170.00 Total Income $485,970.00 Cost of Goods Sold Direct Expenses Materials & Supplies COGS 36,520.11 Subcontracted Services COGS 54,024.00 Total Direct Expenses 90,544.11 Total Cost of Goods Sold $90,544.11 GROSS PROFIT $395,425.89 Expenses Fringe Benefits Taxes - Payroll 35,500.48 Total Fringe Benefits 35,500.48 General Overhead Advertising & Marketing 4,744.56 Automobile Expense 78,282.62 Bank Service Charges 605.64 Business Licenses and Permits 1,307.75 CEUs Continuing Education 443.00 Insurance Expense 21,672.96 Auto Insurance 2,944.83 Total Insurance Expense 24,617.79 Meals and Entertainment 20,300.51 Office Expense 7,613.96 Office Supplies 3,750.63 Total Office Expense 11,364.59 Professional Fees 850.00 Rent & Lease Expense 1,365.00 Repairs and Maintenance 55.00 Uniform 4,222.87 Utilities 3,361.45 Internet Expenses 14,719.62 Total Utilities 18,081.07 Total General Overhead 166,240.40 Page 2120 of 7924 Capital Consulting Solutions, LLC Profit and Loss January - December 2020 Accrual Basis Tuesday, January 2, 2024 12:20 PM GMT-05:00 2/2 TOTAL Office Furn & Equip Expense (deleted)3,319.27 Other Business Expense-DONT USE 1,749.87 Payroll Expenses 13,560.96 Shareholder Compensation 75,000.00 W/C 619.19 Wages 355,082.09 Total Payroll Expenses 444,262.24 Total Expenses $651,072.26 NET OPERATING INCOME $ -255,646.37 Other Income Leased Employee Income 355,130.29 Total Other Income $355,130.29 NET OTHER INCOME $355,130.29 NET INCOME $99,483.92 Page 2121 of 7924 Page 2122 of 7924 Page 2123 of 7924 Page 2124 of 7924 Page 2125 of 7924 Page 2126 of 7924 Page 2127 of 7924 Page 2128 of 7924 Page 2129 of 7924 Page 2130 of 7924 Page 2131 of 7924 Page 2132 of 7924 Page 2133 of 7924 Page 2134 of 7924 Page 2135 of 7924 Page 2136 of 7924 Page 2137 of 7924 Page 2138 of 7924 Page 2139 of 7924 Page 2140 of 7924 Page 2141 of 7924 Page 2142 of 7924 Page 2143 of 7924 Page 2144 of 7924 Page 2145 of 7924 Page 2146 of 7924 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___500,000___ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_500,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ _1,000,000__ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 2147 of 7924 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 3/13/2024 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 2148 of 7924 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 2/5/2025 Olson & DiNunzio Ins 2536 Northbrooke Plaza Dr Naples FL 34119 Christine Olson 239-596-6226 chris@olsondinunzio.com Capital Consulting Solutions, LLC 9010 Strada Stell Ct #108 Naples FL 34109 PENN AMERICA INS CO 32859 LLOYDS OF LONDON 122000 PROGRESSIVE EXPRESS INS CO 10193 A 8 8 8 Y PAV0499300 07/18/2024 07/18/2025 1,000,000 100,000 5,000 1,000,000 2,000,000 excluded C 8 07814220 07/01/2024 07/01/2025 1,000,000 PERSONAL INJURY 10,000 B PROFESSIONAL LIABILITY SUA BA3314-2407 07/18/2024 07/18/2025 Per Claim 2,000,000 Aggregate limit 2,000,000 Retention 2,500 Collier County Board of County Commissioners, included as an additional insured under the captioned Commercial General Liability and Automobile Liability policies on a primary and non contributory basis if and to the extent required by written contract. For any or all Contracts and for any and all work performed on behalf of Collier County. Thirty (30) Days Cancellation Notice. (project #24-8226 " Project Management Services" ) Collier County Board of County Commissioners 3295 Tamiami Tr E. Naples FL 34112 Page 2149 of 7924 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 02/14/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATIONIS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER AP INTEGO INSURANCE GROUP LLC 76250846 375 WOODCLIFF DRIVE STE 103 FAIRPORT NY 14450 CONTACT NAME: PHONE (A/C, No, Ext): (888) 289-2939 FAX (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURER A : Hartford Casualty Insurance Company 29424 INSURED CAPITAL CONSULTING SOLUTIONS LLC 9010 STRADA STELL CT STE 108 NAPLES FL 34109-4425 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/Y YYY)LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE (Per accident) UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS- MADE EACH OCCURRENCE AGGREGATE DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/ A 76 WEG AC1DT2 11/16/2024 11/16/2025 X PER STATUTE OTH- ER Y/N E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE -EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Those usual to the Insured's Operations. RE: Contract # 24-8226-Project Management Services. CERTIFICATE HOLDER CANCELLATION Collier County Board of County Commissioners 3295 TAMIAMI TRL E NAPLES FL 34112-5758 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Page 2150 of 7924 IWPN28010.2024 STORMWATER PROJECT MANAGEMENT SERVICES Collier County Page 2151 of 7924 TABLE OF CONTENTS 1. Cover Letter/Management Summary .....................................1 2. Certified Women and/or Minority Business Enterprise ..........4 3. Capacity of the Firm ...............................................................6 4. Project Management Team Qualifications & Location...........11 5. Project Management Team Experience .................................22 6. Cost to the County/Rate Schedule .......................................32 7. Local Vendor Preference .......................................................34 Page 2152 of 7924 1. Cover Letter/ Management Summary Page 2153 of 7924 RFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 1 IWPN28010.2024 1. Cover Letter/Management Summary May 31, 2024 Procurement Services Division Kristofer Lopez, Procurement Strategist 3295 Tamiami Trail East, Bldg C-2 Naples, Florida 34112 RE: Stormwater Project Management Services; Solicitation No. 24-8226 Dear Members of the Selection Committee: The Kimley-Horn team is committed to providing you with high-quality project management services to address the needs of Collier County’s Capital Project Planning, Impact Fees & Program Management Division. We will do this by providing the County with a team that offers the perfect combination of relevant planning, design, procurement, and construction experience with proven project management skills and resources to control costs, help prioritize project implementation, and manage schedules and budgets. Our strong local team is committed to serving Collier County by providing our best team of professionals. Shared Values. Collier County should have high expectations from the consultants it partners with and, knowing that our work has a direct impact on the communities we live and work in, Kimley-Horn fosters a hard-working, team- oriented environment with a focus on safety, integrity, and respect. Our core values—honesty, integrity, and ethics; exceptional client service; high expectations; sharing and caring; and sustained profitability—provide the foundation we use in our approach to business. As a team, we go the extra mile to make sure we are effectively serving our clients and delivering with business excellence. It is with a shared commitment that we present the project managers you have come to trust as a prime example of our professional staff that will deliver projects that respond to the needs of the community. Local Knowledge. Whether you’re looking for project management services to assist with feasibility and planning studies, construction plans, specifications and estimates, procurement package development, construction and operational support, or land acquisition and permitting services, you need a team that has experience with the inner workings of the County, including the various departments, important stakeholders, local permitting requirements, and familiarity with County code and regulations. Our team understands that the Stormwater Management Section of Collier County has faced transition in the past year, but has successfully developed a growing team of dedicated project managers. Kimley- Horn offers additional local knowledge and experience working with the County’s own local partnerships to collaborate in continuing to build a strong team and assist in curating and implementing ongoing projects for the betterment of the community. Kimley-Horn 2640 Golden Gate Parkway, Suite 201 Naples, FL 34105 Collier County Page 2154 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 2 IWPN28010.2024 Local Team. Additionally, our ongoing service to Collier County and the surrounding communities has allowed us to open our most recent Florida office right here in Naples. We are continuing to work to add personnel to this office. Because this contract is over a 5+ year span, our Naples office will allow us to better serve the County in a growing capacity in the years to come. Value Driven Solutions. Kimley-Horn offers a team with proven and verifiable experience and technically proficient professionals who know how to implement innovative, cost-saving ideas and manage projects efficiently and effectively while leveraging forward-thinking and creative solutions. The Kimley-Horn team is committed to providing you with high-quality project management solutions that will save you money. Our project managers will critically review and control performance throughout each assignment. Furthermore, senior professionals who are not involved in a project will make quality control calls to gauge your level of satisfaction and reinforce our corporate commitment to you. Capacity and Tenacity to Deliver. We have compiled a local team that understands the importance of responsiveness as well as the technical experience to handle every aspect of the County’s goals under this contract. Our team understands a variety of engineering services including watershed-scale modeling, complex drainage design, utility undergrounding, and regulatory permitting are needed to implement your capital and operational programs. Our project managers have the capability of guiding the development of a project by asking the right engineering and design questions at the right time, mitigating delays in rework and review. We take a collaborative approach to all projects which results in the best value to our clients. Kimley-Horn has the size, stability, passion, and resources to handle any assignment no matter how small, large, simple, or complex. We appreciate the opportunity to submit our qualifications, invite your detailed review, and stand prepared and eager to begin work immediately. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Kellie Clark, PE Contract Manager kellie.clark@kimley-horn.com 239.271.2641 As a vice president of Kimley-Horn and Associates, Inc., Kellie Clark, PE is authorized to bind the firm on this contract. Page 2155 of 7924 2. Certified Women and/ or Minority Business Enterprise Page 2156 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 4 IWPN28010.2024 2. Certified Women and/or Minority Business Enterprise Kimley-Horn is not a Minority-Owned Business Enterprise (MBE). However, we always look for opportunities to include Disadvantaged Business Enterprises (DBEs), Small Business Enterprises (SBEs), and Women’s Business Enterprises (WBEs) in our contracts and through teaming agreements. We provide interested minority firms with the opportunity to serve as a subconsultant on our teams throughout the year, actively seeking to increase and update our large database of qualified MBE firms to use on future projects. Our aggressive MBE utilization policy confirms that Kimley-Horn is furthering the positive economic development momentum that the state of Florida advocates using MBE businesses by its contractors. Our commitment to retaining minority firms to assist on projects is demonstrated in the table below by the amounts Kimley-Horn has paid to minority businesses over the years. We believe this record of MBE firms utilized speaks well of Kimley-Horn’s efforts to involve MBEs in our practice. Kimley-Horn will continue its long-standing practice of using MBE on current and future projects. Our performance in using minority firms over the past 5 years is as follows: YEAR AMOUNT PAID # OF FIRMS 2020 54,558,474 553 2021 54,676,564 608 2022 71,128,667 716 2023 93,968,531 769 2024 30,413,689 519 *As of March 2024 Page 2157 of 7924 3. Capacity of the Firm Page 2158 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 6 IWPN28010.2024 3. Capacity of the Firm Kimley-Horn is a full-service, multidisciplinary consulting firm offering a broad range of planning, engineering, structural, and environmental services to public and private sector clients. Founded in 1967, Kimley-Horn first became well-known for its expertise in transportation planning and traffic engineering. Since then, the firm has grown, providing a large range of services including: stormwater, water/waterwater, transportation, environmental, and site civil services throughout the project process. In each of our disciplines we provide planning, design, permitting, and construction phase expertise. The firm is also equipped to provide the full range of services needed for most contracts including project management and utility/agency coordination. We are financially strong, and we are committed to our continued financial health. After 56 years, Kimley-Horn has more than 7,500 employees in over 120 offices nationwide offering a full range of consulting services to local, regional, and national clients. In Florida, there are more than 1,350 employees in 20 offices. We have served Collier County and the surrounding local market for years, which has allowed us the opportunity to open our newest Florida office this year right here in Naples. We are active in our community and passionate about contributing to growth and success for the County. Our local offices will serve the County, giving you benefit of a local team supplemented by team members with specialized expertise across the state. With more than 200 water resource engineers and environmental professionals based in Florida and more than 850 nationally, Kimley-Horn has the in-house resources and technical expertise to provide all required services. Our integrated water resources staff can draw from those resources to address your needs. As an employee-owned firm, Kimley-Horn operates as a single production center. This helps to ensure that there are no firewalls between offices and staff from different offices are free to work on any given project void of any institutional bureaucracy of competing offices and/or requirements for having to open separate internal project numbers. Likewise, our size does not require us to provide endless levels of reporting and policies/procedures for basic day-to-day operations. Our nimbleness in serving clients is reflected in our 16 years of ranking on Fortune 100 Best Companies to Work For®, as well as our steady rise on Engineering News-Record’s list of top design firms in the nation since 1981. The success of our rankings is a result of the firm’s steadfast commitment to providing responsive client service, pursuing continuous quality improvement, and operating as a business-based practice. Further, our ranking reinforces our high staff satisfaction working under a single production center and is a robust reflection of the high quality, cost-effective, and timely services we provide to our clients. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a local dedicated professional team. 1 1 2 2* 1 4 9 10 7 7 6 10* 4 49th* Overall and 5th * A m o n g the Top 100 “Pure Desig n F i r ms” * Indicates a rise in Kim l e y -H o r n ’s ra nking 2* 5*RetailSports Mixed Use SolarAirportsEntertainmentHighway s Transportation Teleco m -munic a t i o n s Ho t e l s , M o t e l s , & C o n v e n t i o n Ce n t e r s Sanita ry &Sto rm Sewe r s Multi-UnitResidentialDistribution& Warehouses Trans m i s s i o n Lines & C a b l i n g Genera lBui ld ingOperations &MaintenanceENRRANKINGS 2023 Ocala Jacksonville Tallahassee Orlando Lakeland Sarasota Vero Beach Boca-Delray Fort Lauderdale Miami Tampa Fort Myers St. Petersburg GainesvillePanama City Beach Melbourne Daytona Beach West Palm BeachWPB Downtown Naples Page 2159 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 7 IWPN28010.2024 FIRM LICENSES 6WDWH RI )ORULGD 'HSDUWPHQW RI 6WDWH , FHUWLI\ IURP WKH UHFRUGV RI WKLV RIILFH WKDW .,0/(<+251 $1' $662&,$7(6 ,1& LV D 1RUWK &DUROLQD FRUSRUDWLRQ DXWKRUL]HG WR WUDQVDFW EXVLQHVV LQ WKH 6WDWH RI )ORULGD TXDOLILHG RQ $SULO   7KH GRFXPHQW QXPEHU RI WKLV FRUSRUDWLRQ LV  , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV SDLG DOO IHHV GXH WKLV RIILFH WKURXJK 'HFHPEHU   WKDW LWV PRVW UHFHQW DQQXDO UHSRUWXQLIRUP EXVLQHVV UHSRUW ZDV ILOHG RQ $SULO   DQG WKDW LWV VWDWXV LV DFWLYH , IXUWKHU FHUWLI\ WKDW VDLG FRUSRUDWLRQ KDV QRW ILOHG D &HUWLILFDWH RI :LWKGUDZDO *LYHQ XQGHU P\ KDQG DQG WKH *UHDW 6HDO RI WKH 6WDWH RI )ORULGD DW 7DOODKDVVHH WKH &DSLWDO WKLV WKH 7ZHQW\IRXUWK GD\ RI $SULO  7UDFNLQJ 1XPEHU &8 7R DXWKHQWLFDWH WKLV FHUWLILFDWHYLVLW WKH IROORZLQJ VLWHHQWHU WKLV QXPEHU DQG WKHQ IROORZ WKH LQVWUXFWLRQV GLVSOD\HG KWWSVVHUYLFHVVXQEL]RUJ)LOLQJV&HUWLILFDWH2I6WDWXV&HUWLILFDWH$XWKHQWLFDWLRQ Page 2160 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 8 IWPN28010.2024 Proof of Licensure/Certifications March 9, 2023 KIMLEY-HORN AND ASSOCIATES, INC.421 FAYETTEVILLE ST STE 600 RALEIGH, NC 27601-1777 Detach Here Under the provisions of Chapter 472, Florida Statutes Professional Surveyor and Mapper Business License KIMLEY-HORN AND ASSOCIATES, INC.421 FAYETTEVILLE ST STE 600RALEIGH, NC 27601-1777 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 SIMPSONCOMMISSIONER OF AGRICULTURE License No.: LB696 Expiration Date February 28, 2025 Florida Department of Agriculture and Consumer Services Division of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500 800HELPFLA(435-7352) or (850) 488-2221 Florida Department of Agriculture and Consumer ServicesDivision of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500 SUBJECT:Professional Surveyor and Mapper Business Certificate #LB696 Your application / renewal as a professional surveyor and mapper business 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. Page 2161 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 9 IWPN28010.2024 ORGANIZATIONAL CHART AND STAFFING PLAN The personnel assigned to this project are technical experts, and their expertise, when applied to the work on this contract, will result in a project that is completed efficiently and within your budget. Kimley-Horn’s management approach is team and results-oriented, saturated with top-quality specialists who routinely produce superior results. *At the time of this submission, Marcus Del Castillo can be available full time. All other staff members listed would have less availability. **Additional staff shown to demonstrate qualifications as well as offer staff who can provide support to those serving in full time roles. Staff will be assigned to this contract based on specific County needs and availability. STORMWATER Principal Project Manager Kellie Clark, PE Molly Williams, PE Karin Teuffer, PE Senior Project Manager Alyssa Ford, PE Project Manager Henry Albright, EI UTILITIES Principal Project Manager Doug Eckmann, PE, BCEE, D.WRE, F.ASCE Heather Ripley, PE Project Manager Jordan Miller, EI Contract Manager Kellie Clark, PE ROADWAY Principal Project Manager Rick Arico, PE Senior Project Manager Jacob Lennertz, PE, IMSA II Project Manager Austin Decker, EI Project Manager Marcus Del Castillo, EI (full time) STAFF CURRENTLY AVAILABLE* ADDITIONAL STAFF** TECHNICAL RESOURCES Jon Chambers, PE Jeremy Gruzd, PE (VA) Senior Project Manager Jimmy Calle, PE (part time) Principal Project Manager Karin Teuffer, PE Page 2162 of 7924 4. Project Management Team Qualifications & Location Page 2163 of 7924 4. Project Management Team Qualifications & Loca- tion RELEVANT EXPERIENCE MULTI-BASIN STORMWATER ASSESSMENTS, NAPLES, FL— Project manager. Kimley-Horn assisted the City of Naples in developing a stormwater basin assessment for fi ve selected basins within the City limits. As a low-lying coastal area, the City experienced increasing fl ooding incidents and has developed a long- term plan to address the increasing fl ooding by the basin. Our team worked to develop short, medium, and long-range plans to address not only the current fl ooding occurring in the area; but also future fl ooding caused by climate change, including the impacts of sea level rise, and the increasing intensity return intervals of extreme events. We also created fi nancial models that will assist the City’s decision makers in determining the long-term costs of sea level rise to the tax base and home values and how changes supported by the planning efforts will mitigate those losses. LARRY KIKER PRESERVE PLANNING, DESIGN, AND PERMITTING PHASE 1, FORT MYERS, FL — Project manager. Kimley-Horn was selected by Lee County to complete various planning, modeling, and design services for the Larry Kiker Preserve, a 4,350-acre conservation area in Lee County. The property consists of ecologically signifi cant property east of Interstate 75, within southeast Lee County’s Density Reduction/Groundwater Resource (DR/GR) area. Once constructed, the Preserve will serve multiple functions – water quality, fl ood control, wildlife habitat, educational, and passive recreation. Components included over 40-miles of shared-use paths, hiking trails, equestrian trails, a nature center, fi shing piers, several types of campgrounds, and scenic overlook towers. The County’s goal was to create a visitor experience similar to a national park. IONA DRAINAGE DISTRICT CANAL H-7 DRAINAGE, PHASE 1, FORT MYERS, FL — Project manager. Kimley-Horn provided engineering services for this project to improve drainage in the Iona Drainage District Canal H-7 in Fort Myers, Lee County, Florida. The plan identifi ed the weir on the FSW campus to be modifi ed to lower both controlling elevations and fl ood stages. Additionally, the plan proposed to modify the culverts at one upstream culvert crossing and directly downstream of the weir. Lee County submitted for and was approved to receive funding through the Hazard Mitigation Grant Program (HMGP) DR-4337-243-R, as approved by the Florida Division of Emergency Management (Division) and the Federal Emergency Management Agency (FEMA). The project was designed to provide protection against a 25-year storm event. ? Naples, FL / Fort Myers, FL Kellie is a professional engineer with 15 years of water resources engineering experience. She has provided project management, GIS, modeling, design, and permitting services for wetland restoration projects, regional stormwater treatment facility projects, and stormwater retrofi t projects, as well as watershed management programs. She has spent her entire career serving municipalities throughout the state of Florida, completing projects in more than a dozen counties statewide. Kellie has special expertise with leveraging GIS to develop watershed management programs, hydrologic and hydraulic models, and water resources master plans. Her project experience includes stormwater master planning; infrastructure inventory and data management; water quality assessment; public outreach; and design and permitting. Kellie Clark, PE Contract Manager PROFESSIONAL CREDENTIALS 6 Master of Engineering, Civil Engineering, University of Florida 6 Bachelor of Science, Civil Engineering, University of Florida 6 Professional Engineer in FL, 77642 6 American Water Resources Association, Past President, 2021 6 Florida Engineering Society 6 Named 2024 ENR Southeast Top Young Professionals SPECIAL QUALIFICATIONS 6 Water resources project engineer with 15 years of modeling and ArcGIS experience 6 Profi cient with ArcGIS, ICPR, XPSWMM Page 2164 of 7924 PROFESSIONAL CREDENTIALS 6 Master of Engineering, Environmental and Water Resources Systems Engineering, Cornell University 6 Bachelor of Science, Environmental Engineering, Cornell University 6 Professional Engineer in FL, 94890 6 Professional Engineer in OK, 32871 SPECIAL QUALIFICATIONS 6 Experienced in water resources planning for municipal clients 6 Skilled in GIS data management and visualization 6 Modeling experience with ICPR, XP- SWMM, and HEC-RAS RELEVANT EXPERIENCE COLLIER COUNTY STORMWATER STAFF AUGMENTATION, FL — Project manager. Kimley- Horn is providing Collier County project management consultant services in coordination with and to augment staff in the Collier County Stormwater Division. This contract is a part of Kimley-Horn’s on-call contract, Work Order #2 and includes on-site project management services for stormwater specifi c projects. Those services include, but are not limited to, the development of project scopes, preparation of Procurement documents, management of studies, design and construction phases, coordination with other County Divisions, municipalities, and other agencies, permitting, invoice review, and contract compliance. The intent is to support the County during project management of the entire project life, including the Project Feasibility Phase, Project Design Phase, Project Bid Phase, Project Construction Phase, and the Project Closeout Phase for the various assigned projects. LAKE WORTH BEACH LOCAL DRAINAGE ANALYSIS, FL — Project engineer. Kimley-Horn provided professional assistance to the City of Lake Worth Beach to develop a conceptual design for fl ood mitigation at a local roadway adjacent to the Intracoastal Waterway. The analysis involved ICPR modeling to evaluate existing conditions and fl ood depths for various storm events as well as various tidal conditions. Kimley-Horn is currently developing a proposal for the next phase which will include a full structural design to implement a retaining wall and a small stormwater drainage system. CITY OF LIGHTHOUSE POINT STORMWATER MASTER PLAN, FL — Project engineer. Kimley- Horn provided professional assistance to the City of Lighthouse Point for development of a Stormwater Master Plan. The goal of the project was to collaborate with City Staff to review existing drainage studies, identify focus areas, and model existing and proposed improvement conditions to develop a Capital Improvement Plan with recommended actions. Karin assisted in supporting overall project management for the internal Kimley-Horn team to develop the conceptual design and fi nal report. ? Fort Lauderdale, FL Karin is a professional engineer with seven years of experience involving water resources master planning, America’s Water Infrastructure Act compliance and vulnerability assessments, water and wastewater treatment plant alternative evaluation, drainage design, and most recently hydrologic and hydraulic (H&H) modeling. She has served as project engineer on stormwater master plans and private development stormwater system design and has experience in modeling with Interconnected Channel and Pond Routing (ICPR) and Hydraulic Engineering Center-River Analysis System (HEC-RAS). She currently provides Collier County project management consultant services in coordination with and to augment staff in the Collier County Stormwater Division, managing large-scale fl ooding mitigation efforts. Karin has extensive experience in analysis using GIS data management and visualization software. Karin Teuffer, PE Principal Project Manager Page 2165 of 7924 PROFESSIONAL CREDENTIALS 6 Bachelor of Science, Civil Engineering, Florida International University 6 Professional Engineer, 96455, FL SPECIAL QUALIFICATIONS 6 Received Certifi cate in Transportation Engineering from Florida International University RELEVANT EXPERIENCE COLLIER COUNTY STORMWATER STAFF AUGMENTATION, FL — Project manager. Kimley- Horn is providing Collier County project management consultant services in coordination with and to augment staff in the Collier County Stormwater Division. This contract is a part of Kimley-Horn’s on-call contract, Work Order #2 and includes on-site project management services for stormwater specifi c projects. Those services include, but are not limited to, the development of project scopes, preparation of Procurement documents, management of studies, design and construction phases, coordination with other County Divisions, municipalities, and other agencies, permitting, invoice review, and contract compliance. TRANSPORTATION SURFACE AND DRAINAGE ONGOING REHABILITATION PROJECT (TSDOR), SOUTHWEST RANCHES, FL — Project analyst. Kimley-Horn is providing professional civil engineering services and limited construction phase services associated with the construction of the 2024 TSDOR Green Meadows Project and Sunshine Ranches Project. The project includes milling and resurfacing, roadway reconstruction, curbing, roadway striping and signage, and swale regrading for approximately 5.63 centerline miles of local roadways. 1920 ALTON ROAD, MIAMI BEACH FL — Project analyst. Kimley-Horn is providing civil engineering, landscape architecture, and traffi c engineering services in the development of a fi ve-story mixed-use building with offi ce, residential, and retail space with parking garage and related amenities. This project is located at 1920 Alton Road in the City of Miami Beach, Florida. The scope of services includes limited due diligence, civil schematic design development, civil construction documents, regulatory assistance, and bidding services. This project was approved by the City of Miami Beach early in 2023 and is now moving on to the next phase. WAYPOINT ASPIRE CYPRESS CREEK, FORT LAUDERDALE, FL — Project analyst. Kimley-Horn is providing professional services to redevelop the property at the southeast corner of the Cypress Creek Road and N Andrews Avenue intersection into a mixed-use development comprised of two residential buildings, amenities, retail space and a structured parking garage. The property is a 5.2-acre parcel located in the City of Fort Lauderdale. The Project includes the development of a Park & Ride shared parking lot, and two bus bays. As part of these improvements, a perimeter road will be provided for connectivity between East Cypress Creek Road to the new location of the bus bays within the parking garage. CITY OF AVENTURA ENGINEERING SERVICES, AVENTURA, FL — Project analyst. Kimley-Horn serves as an extension of the City of Aventura staff reviewing civil plans, traffi c impact studies, and parking analyses. Projects to date have included multifamily, mix-use, and commercial developments. ? Fort Lauderdale, FL Jimmy is a project engineer with more than fi ve years of experience, including permitting, site/plan preparation and review, water/wastewater utility design, drainage modeling, stormwater master planning, and preparation of engineering drawings. Jimmy Calle, PE Senior Project Manager (Part-Time) Page 2166 of 7924 PROFESSIONAL CREDENTIALS 6 Bachelor of Science, Civil Engineering, Florida Atlantic University, 6 Engineering Intern, 1100023221, FL SPECIAL QUALIFICATIONS 6 Modeling experience with ICPR and Cascade 2001 RELEVANT EXPERIENCE SOUTHPLACE CITY CENTER, CUTLER BAY, FL Project analyst. Kimley-Horn is providing professional design services for improvements to the existing Southland Mall with the city of Cutler Bay. The project consists of a large-scale property broken into smaller “Blocks” that will include a variety of retail, multi-family housing and various amenities. Our services include design, site, civil and traffi c engineering, and stormwater master planning. DORAL MILITARY HOUSING, DORAL, FL — Project analyst. Kimley-Horn is providing professional design services for a government housing facility within the city of Doral. The project consists of single family and multi-family housing. Our services include design, site, civil engineering, and stormwater management. STORAGE RENTALS OF AMERICA, FL, SC, ETC. — Project analyst. Kimley-Horn is providing professional design services for multiple storage rental facilities across different states and local municipalities. Each site is different but functionally the same. Our services include design, site, civil engineering, and stormwater management. GABLES WESTON VILLAGE, WESTON, FL — Project analyst. Kimley-Horn is providing professional design services for a large-scale residential property within the city of Weston. The project consists of single family and multi-family housing for rent. Our services include design, site, civil engineering, and stormwater management. MCNAB AND N. ANDREWS APARTMENTS, FORT LAUDERDALE, FL — Project analyst. Kimley- Horn is providing professional design services for a large-scale residential property within the city of Weston. The project consists phasing for multi-family housing for rent. Our services include design, site, civil engineering, and stormwater management. ? Fort Lauderdale, FL Marcus is a civil analyst with 6 years’ experience. His experience is focused on land development projects in the Florida region. Marcus’ experience and technical engineering skills includes construction administration services, drainage and grading design, water design, sewer design, permitting, and stormwater modelling. Marcus has knowledge of permitting through several review agencies across Florida, including South Florida Water Management District (SFWMD), Southwest Florida Water Management District (SWFMD), Miami-Dade County (MDC), Broward County (BC), Palm Beach County (PBC), the Florida Department of Environmental Protection (FDEP), and the Florida Department of Transportation (FDOT) and other local city municipalities. Marcus Del Castillo, EI Project Manager (Full-Time) Page 2167 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 15 IWPN28010.2024 STAFF LICENSES Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CLARK, KELLIE ROSEANNE Do not alter this document in any form. 17724 CORKWOOD BEND TRAIL LICENSE NUMBER: PE77642 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. BABCOCK RANCH FL 33982 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TEUFFER, KARIN Do not alter this document in any form. 6962 NW 111TH AVENUE LICENSE NUMBER: PE94890 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. DORAL FL 33178 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CALLE, JIMMY A. Do not alter this document in any form. 8456 SW 165 PL LICENSE NUMBER: PE96455 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. MIAMI FL 33193 Always verify licenses online at MyFloridaLicense.com Page 2168 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 16 IWPN28010.2024 ADDITIONAL STAFF BIOS MOLLY WILLIAMS, PE STORMWATER - Principal Project Manager ? Sarasota Molly has 29 years of experience including stormwater management, financial and operational analysis, FEMA support, needs analysis and implementation planning, emergency management and response, transportation planning, roadways, and bicycle/pedestrian studies. As Stormwater Utility Manager of Sarasota County, Molly developed asset management plans, managed the maintenance of the County’s stormwater management system, directed the capital improvement projects for the Stormwater Division, and more. ALYSSA FORD, PE STORMWATER - Senior Project Manager ? Fort Myers Alyssa specializes in hydrology/hydraulics and surface water services throughout southwest Florida. Based out of our local Fort Myers office, Alyssa’s project experience includes asset management and condition assessment, modeling and mapping, water quality, design, permitting, as well as the preparation of estimated quantities and costs. Her software experience includes GIS, ICPR3, ICPR4, and AutoCAD. Alyssa’s responsibilities also include project management, client and subconsultant coordination, as well as supervising the surface water team’s analysts. HENRY ALBRIGHT, EI STORMWATER - Project Manager ? Fort Myers Henry is a project engineer in training based in our Fort Myer’s office. He has worked on many projects assisting with storm analysis, stormwater assessments, drainage, permitting, management planning, and design of wetland restoration. 2023 Young Engineer of the Year Calusa Chapter of the Florida Engineering Society Page 2169 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 17 IWPN28010.2024 HEATHER RIPLEY, PE UTILITIES - Principal Project Manager ? Fort Myers Heather has 15 years of water and wastewater experience, including planning, design, construction administration, and analyses. Her areas of experience and expertise expand to hydraulic and water quality modeling, design and analysis of water distribution and wastewater collection systems, engineering feasibility studies, funding applications and administration, master planning, permitting and construction phase services. Heather was selected out of several candidates to serve as a Trustee for the AWWA Technical and Educational Council on the Distribution Plant Operations Division and is now currently serving as Vice-Chair of the Division. This is a national appointment and a three- year commitment. Heather will be supporting the division with the development of technical programming and content for the national conference. Heather serves Florida WEA on the Collections System Committee as Secretary/ Treasurer and also on the Florida Section AWWA as Chair of the Distribution Division. Heather received the 2023 FSAWWA Volunteer of the Year for Region X. JORDAN MILLER, EI UTILTIES - Project Manager ? Fort Myers Jordan is a project engineer in training based in our Fort Myers office. She has worked on multiple projects assisting with master planning, water and wastewater system modeling, permitting, design of wastewater treatment plants, system capacity evaluations, and collection system design. DOUG ECKMANN, PE, BCEE, D.WRE, F.ASCE UTILITIES - Principal Project Manager ? Fort Myers Doug has more than 41 years of experience in the funding, planning, permitting, design, and construction of water-related infrastructure projects for public utilities. He has served as the program manager, project manager, and technical director for more than $450 million of water and wastewater related capital projects in Southwest Florida alone. These projects include public water supply, water treatment, storage, and distribution. He is a Board-Certified Environmental Engineer in Water Infrastructure and a Board-Certified Water Resource Engineer. In 2015, he was elected to Fellow of the American Society of Civil Engineers. 2024 Engineer of the Year Calusa Chapter of the Florida Engineering Society Page 2170 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 18 IWPN28010.2024 RICK ARICO, PE ROADWAY - Principal Project Manager ? Naples Rick’s expertise includes coordinating multidisciplinary projects typical to the public works sector. He has 35 years of extensive experience in management and roadway design. He has performed work with design and plan production efforts for rural and urban highway resurfacing and reconstruction projects. He has worked primarily on local agency projects and has a keen understanding of “off-system” design criteria and the economic constraints facing most local governments. His recent design management experience includes projects in Collier, Lee, Charlotte, Hendry, DeSoto, Glades, Pasco, Hernando, Polk, Hillsborough, and Pinellas Counties. JACOB LENNERTZ, PE, IMSA II ROADWAY - Senior Project Manager ? Naples Jacob has experience with FDOT and Turnpike Signalization and ITS infrastructure design and construction. His experience includes signalized intersection design, communications, CCTV, dynamic message signs, and communications cable routing. Jacob has experience in the design of various vehicle detection systems, including MVDS, VDS-AVI BT, OHVDS, and WWDDS, as well as close loop signalization systems. AUSTIN DECKER, EI ROADWAY - Project Manager ? Naples Austin is a project analyst with experience in roadway, pavement design, drainage, maintenance of traffic, utility relocation, and signing and pavement marking design. He is experienced with preparing comprehensive construction plans and detailed engineering designs according to FDOT, AASHTO, and local standards. His software skills include MicroStation, AutoCAD, ArcGIS, ProjectWise, Bluebeam, and Microsoft Office products. Page 2171 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 19 IWPN28010.2024 JON CHAMBERS, PE TECHNICAL RESOURCES- ? Virgina Beach Jon has over 30 years of experience in the design and deployment of advanced infrastructure systems, particularly for transportation systems, SCADA, and security applications, along with the communications networks they rely on. Jon has been actively designing intelligent transportation systems and upgrading traffic management center environments for the past two decades. Jon co-authored the FHWA Guidelines for Transportation Management Center Information Technology Security, released in 2019. Jon recently provided cybersecurity planning and design support for a new access control point at an MCAS facility in North Carolina and assessed the cybersecurity risks for Power Project Platform Groups 3 and 4. Jon is currently serving on the Board of Advisors for Christopher Newport University in support of the annual Homeland Security Symposium. JEREMY GRUZD, PE (VA) TECHNICAL RESOURCES- ? Virginia Beach Jeremy has 18 years of experience in the design of infrastructure technology systems for local, state, and national government agencies as well as private utility providers. Relevant experience includes the design of various copper, fiber, and wireless networking applications. Jeremy is responsible for the development of plans, specifications, and details. He also has the field experience that provides our team with an ability to design with an understanding of field installation and maintenance requirements. He has recent experience designing an expansion of VDOT’s fiber-optic network along the I-81 corridor, planning a fiber-optic route for the Southside Network Authority in Hampton Roads, and migrating the City of Norfolk’s fiber network to Ethernet. Page 2172 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 20 IWPN28010.2024 ADDITIONAL STAFF LICENSES Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ECKMANN, DOUGLAS HAROLD Do not alter this document in any form. 4215 TEQUESTA DRIVE LICENSE NUMBER: PE47259 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. FORT MYERESTES BEACH FL 33928 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RIPLEY, HEATHER MARIE Do not alter this document in any form. 1330 YACHT CLUB DRIVE LICENSE NUMBER: PE88329 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. VENICE FL 34293 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WILLIAMS, MOLLY CHARLENE Do not alter this document in any form. 3804 TAMPICO DRIVE LICENSE NUMBER: PE54281 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. SARASOTA FL 34235 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ARICO, RICHARD JOSEPH Do not alter this document in any form. 6875 DEL MAR TERRACE LICENSE NUMBER: PE59674 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. NAPLES FL 34105 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LENNERTZ, JACOB ALLEN Do not alter this document in any form. 805 N OLIVE AVE LICENSE NUMBER: PE91242 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. UNIT 416 WEST PALM BEACH FL 33401 Always verify licenses online at MyFloridaLicense.com CERTIFICATE OF COMPLETION Jacob Lennertz Has Completed a FDOT Approved Temporary Traffic Control (TTC): Advanced Course . 04/11/2023 Issue Date 04/05/2027 Expiration Date J. M Instructor 608352 Certificate No. Training Provider: Verify this Certificate by visiting www.motadmin.com T2 Centers University of Florida 2100 NE Waldo Road Gainesville FL 32609 Phone: 352-273-1670 Page 2173 of 7924 5. Project Management Team Experience Page 2174 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 22 IWPN28010.2024 5. Project Management Team Experience Development Review and Traffic Services, City of Gainesville, FL Completion: Ongoing Kimley-Horn is assisting the City of Gainesville Public Works in reviewing site plans to ensure stormwater management and traffic compliance with the City’s standards. This involves assessing plans submitted through the Development Review process, issuing review comments as needed, and verifying adherence to the City’s Engineering Design and Construction Manual. Stormwater review includes analyzing the proposed system model, watersheds, and conveyance network. Following the reviews, Kimley-Horn enters their design comments directly into the City’s electronic system. Our team also reviews resubmitted plans, issued responses, and participated with City staff and applicants in project coordination meetings. Staff Augmentation for Utilities Department, City of Venice, FL Completion: Ongoing Kimley-Horn was selected to assist the City with project management, engineering services, consultant, contractor and vendor management, solicitation assistance, schedule management, and budget management. The services are being provided to supply additional engineering services to help in reviewing engineering reports and design, permitting assistance, construction administration oversight, development review and to assist operators with compiling and conveying interpretation of engineering concepts, wastewater facility master plans, and other consultant interpretation and management. Babcock Ranch Independent Special District Community Engineer, Punta Gorda, FL Completion: Ongoing Kimley-Horn was selected to serve as District Engineer for the Babcock Ranch Community Independent Special District (BRCISD). Our services include preparation of reports, attendance of meetings of the District’s Board of Supervisors, assistance in meeting with parties involving bond issues, special reports, feasibility studies, as well as any other items requested by the Board of Supervisors. This role also includes various land development and stormwater services including engineering reviews of site development plans, utility acceptance packages, and stormwater acceptance packages. Kimley-Horn confirms applicants are compliant with the Community’s Design Specification Manual and follow the requirements of the conceptual Environmental Resource Permit. Kimley-Horn reviews how each phase of development will impact the overall stormwater system. Additionally, Kimley-Horn prepared the GIS Data Management Plan for the Community and is now working on implementing the management plan. This includes creating GIS databases and data, mapping to make the process transparent to all stakeholders, and recommending language to update the Community’s Design Specification Manual with GIS requirements. Page 2175 of 7924 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 hasimplemented 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 Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 25 Kimley-Horn and Associates, Inc. Kellie Clark, PE 24-8226 Stormwater Project Management Services for Collier County Gail L Mowry, PE City of Gainesville Public Works MowryGL@gainesvillefl.gov 352-393-8421 Professional Svcs for Stormwater Development Review (FY23 & FY24) and Traffic Engineering (FY24)thru September 30, 2024 $50k each for FY24 N/A 10 10 10 10 10 10 10 10 10 10 100 $100k Dev Rev for FY23 Page 2176 of 7924 Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 6WRUPZDWHU3URMHFW0DQDJHPHQW6HUYLFHVIRU&ROOLHU&RXQW\ 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 hasimplemented 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 Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 25 Kimley-Horn and Associates, Inc. Kellie Clark, PE Patience Anastasio City of Venice panastasio@venicefl.gov 941-882-7300 CIP Project Management ongoing $100,000 365 10 10 10 10 10 10 10 10 10 10 Page 2177 of 7924 24-8226 Stormwater Project Management Services for Collier County Page 2178 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 26 IWPN28010.2024 ADDITIONAL RELEVANT PROJECT EXPERIENCE Staff Augmentation Contract, Collier County, FL Completion: Ongoing Kimley-Horn is providing Collier County project management consultant services in coordination with and to augment staff in the Collier County Stormwater Division. This contract is a part of Kimley-Horn’s on- call contract, Work Order #2 and includes on-site project management services for stormwater specific projects. Those services include, but are not limited to, the development of project scopes, preparation of Procurement documents, management of studies, design and construction phases, coordination with other County Divisions, municipalities, and other agencies, permitting, invoice review, and contract compliance. The intent is to support the County during project management of the entire project life, including the Project Feasibility Phase, Project Design Phase, Project Bid Phase, Project Construction Phase, and the Project Closeout Phase for the various assigned projects. Example projects managed are listed below: 6 Upper Gordon River Weir Replacement Design Services Removal and replacement of the AMIL Gate weir at intersection of Golden Gate Parkway and Goodlette-Frank Road. The design included full automation of the weir and a preliminary plan for incorporation into a County-wide SCADA system. 6 Goodlette-Frank Ditch Improvements Design Services (Sections A & B) Restoration and reinforcement of ditch, and culvert replacement, along Goodlette-Frank Road in two areas: from Pine Ridge Road south to Golden Gate Parkway and from Carica Road north to Vanderbilt Beach Road. 6 Design Services for Upper Gordon River Improvements Improvements for stormwater management system within Upper Gordon River, including clearing of exotic vegetation, building a maintenance access travel way, dredging of the river channel, reinforcing the banks, and replacing the existing rock weir with an automated concrete gated weir. 6 Solana Road Stormwater Improvements Design Services Upsizing and replacement of stormwater drainage structures conveying flow east to the Upper Gordon River along Solana Road. The design incorporates improvement of two conveyance routes, including stormwater inlets and gabion slope treatments, to reduce stages upstream within the Goodlette Frank Road ditch and minimize flooding within the Big Cypress Golf and Country Club Estates and Country Club of Naples. Page 2179 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 27 IWPN28010.2024 6 Design Services for Stormwater Improvements for the BCG & CC/CCN Areas Evaluation of previously completed feasibility study and design of stormwater system upgrades to reduce peak stages within the Big Cypress Golf and Country Club community. The design included two stormwater pump stations, roadside swale and driveway culvert restoration, and extensive easement coordination with the Country Club of Naples. 6 West Goodlette-Frank Road Area Joint Stormwater and Sanitary Sewer Improvements Design of City of Naples-owned sanitary sewer collection and potable water distribution systems and County-owned stormwater management system, along approximately 42,000 linear feet of roadways. Stormwater related tasks include hydraulic and hydrologic modeling to identify driveway culvert improvements, swale restoration, and conveyance tie-ins to the existing Goodlette-Frank Road ditch. Multi-Basin Stormwater Assessments, Naples, FL Completion: 2024 Kimley-Horn assisted the City of Naples in developing a stormwater basin assessment for five selected basins within the City limits. As a low-lying coastal area, the City had experienced increasing flooding incidents and had developed a long- term plan to address the increasing flooding by the basin. Our team worked to develop short, medium, and long-range plans to address not only the current flooding occurring in the area; but also, future flooding caused by climate change, including the impacts of sea level rise, and the increasing intensity return intervals of extreme events. We also created financial models that will assist the City’s decision makers in determining the long-term costs of sea level rise to the tax base and home values and how changes supported by the planning efforts will mitigate those losses. This project included collecting existing data, developing an existing condition model, analyzing alternatives, modeling future conditions, determining anticipated project costs and benefits, and making final recommendations to the City. These recommendations can be used as a road map for project implementation moving forward. Page 2180 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 28 IWPN28010.2024 Larry Kiker Preserve Planning, Design, and Permitting, Lee County, FL Completion: 2024 Acquired in December 2017, the Larry Kiker Preserve and Hidden Cypress Preserve are a combined 4,100+ acres and consists of ecologically significant property east of Interstate 75, within southeast Lee County’s Density Reduction/ Groundwater Resource (DR/GR) area. The property is the former Edison Farms and was the second largest property acquisition by the County ever. Kimley-Horn’s scope of work included developing regional water management features, public access, trails, campgrounds, educational center, and associated amenities. We served as lead park planner and designer for the entire project master planning phase. The preserve is anticipated to serve multiple functions – water quality, flood control, wildlife habitat, educational, and passive recreation. Components include over 40-miles of shared-use paths, hiking trails, equestrian trails, a nature center, fishing piers, several types of campgrounds, and scenic overlook towers The county’s goal is to create a visitor experience similar to a national park. This completed project phase also included stormwater planning and modeling, defining existing conditions, and completing a comprehensive alternatives analysis. Iona Drainage District Canal H-7 Drainage, Phase 1, Fort Myers, FL Completion: 2023 Areas adjacent to the Iona Drainage District Canal H-7 experience flooding that does not meet the Level of Service for the area. Kimley-Horn developed proposed alternatives including modification of a weir structure. The full analysis required an integrated groundwater / surface water model to evaluate impacts. The initial portion of the project was the development of a local scale model using both the 1D and 2D ICPR Version 4 for the analysis of flood risk reduction projects. Data and parameters in an existing regional scale MIKESHE/11 model were used as the basis of the ICPR Version 4 model. Kimley-Horn coordinated with the Client, SFWMD, and FDOT to collect data concerning the existing drainage/stormwater management systems within the Iona Drainage District Canal H-7 watershed. This data included existing reports/studies, roadway drainage plans, utility record drawings, permit files, topographic data, NRCS soils, land use, geotechnical reports, gauge data, NEXRAD data, and past flooding documentation available. Kimley-Horn analyzed the initial data gathered and identified data gaps and locations where additional survey and geotechnical data was required to create the 1D and 2D ICPR Version 4 model. Kimley-Horn performed existing conditions stormwater hydraulic and hydrological model, analysis and calculations, and an alternatives analysis. Kimley-Horn designed and permitted the chosen alternative, prepared construction plans, and aided in bid and construction phase services. Page 2181 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 29 IWPN28010.2024 Vanderbilt Beach Road Extension Phase 2, Collier County, FL Completion: Ongoing The Vanderbilt Beach Road Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long- term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two- lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. To maximize ease of maintenance, all embankment tie-down slopes and swale side slopes will be designed to 1V:4H (typical) or flatter and using a 1V:3H maximum slope where constrained. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement marking. Central Avenue Improvements, Naples, FL Completion: 2017 Kimley-Horn provided streetscape, intersection design, lighting design, and multimodal improvements for a half mile of Central Avenue between 8th Street and Riverside Circle. Detailed traffic modeling was utilized to fully assess laneage requirements and the resulting level of service from possible lane modifications. The goal of the project was to provide a safe, balanced approach for all modes of travel through the corridor, including motor vehicles, bicycles, and pedestrians. Roadway improvements included milling and resurfacing, drainage upgrades to reduce flooding, utility upgrades to increase water main size and add reclaimed water service, landscaping improvements, and signalization upgrades. Our team helped direct a public involvement program with local stakeholders and agency staff to obtain consensus from the community for the approved design concept. Permit coordination was required with FDOT and Collier County for pavement, drainage, and signalization enhancements at the intersections of Central Avenue with US 41 and Goodlette-Frank Road. Page 2182 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 30 IWPN28010.2024 Colony Cove Sewer Replacement, Manatee County, FL Completion: 2021 Woodruff & Sons and Kimley Horn were selected by Manatee County as a progressive design build team for phase I of design and construction, to address and rectify the problems with an outdated sanitary sewer collection system in Colony Cove. Colony Cove is a 55+ retirement mobile home community located in Ellenton, Florida in which Manatee County owns and operates the sewer collection system. The existing system is comprised of five (5) lift stations and more than 6.3 miles of gravity sewer pipe. Kimley-Horn completed a master plan for the community in order to optimize the proposed sewer network to eliminate one lift station and keep gravity sewer as shallow as possible. In addition, the new sewer collection and pumping system will provide more operational accessibility by relocating the network of pipe and services so that they are no longer located behind and underneath the multitude of trailers that the community is comprised of. The project is broken up into three phases: 6 Phase I – Northeast Sewer Shed – Removal of 2 lift stations and construction of 1 new lift station, 6,950 LF of 8-inch gravity sewer, 1,320 LF of 12-inch gravity sewer, 280 LF of 6-inch HDPE force main, 50 manholes, 250 gravity sewer services 6 Phase II – South Sewer Shed – Removal and replacement of one Lift Station, 14,710 LF of new gravity sewer, 86 manholes, 1,675 of Force Main, associated sewer service connections 6 Phase III – West Sewer Shed – Removal and replacement of two lift stations, 10,500 LF of new gravity sewer, 78 manholes, and 450 LF of Force Main, associated sewer service connections Page 2183 of 7924 6. Cost to the County/ Rate Schedule Page 2184 of 7924 Collier CountyRFQ 24-8226 STORMWATER PROJECT MANAGEMENT SERVICES 32 IWPN28010.2024 6. Cost to the County/Rate Schedule We have considered the likely current and future project managers and anticipated rates over the lifetime of this project. Considering these factors, we propose the following rates: Line #Position Title Hourly Rate Weight Factor Weighted Hourly Rate 1 Principal Project Manager $295 10 Hourly Rate x10 2 Senior Project Manager $250 30 Hourly Rate x 30 3 Project Manager $200 60 Hourly Rate x 60 TOTAL: $22,450 Page 2185 of 7924 7. Local Vendor Preference Page 2186 of 7924 7. Local Vendor PreferenceVendor 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. Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 19 Type text here Not applicable (See Tab 5) (See Tab 6) Page 2187 of 7924 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 _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 20 2640 Golden Gate Parkway, Suite 201 Kimley-Horn and Associates, Inc. Naples, Florida 34105 DBPR Registration: License Number 696/Status Current/License Date: 5/10/77 Corp.: 821359; FEIN: 56-0885615 Kellie.Clark@kimley-horn.com Kellie Clark, PE 239-999-3187 Vice President 24 April FloridaLee 18th Page 2188 of 7924 Additional Contact Information Send payments to: (required if different from above) 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: Title: Address: City, State, ZIP Telephone: Email: Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 21 Kimley-Horn and Associates, Inc. Kellie Clark, P.E. Contract Manager 2640 Golden Gate Parkway, Suite 201 Naples, Florida 34105 239-271-2641 Kellie.Clark@kimley-horn.com Heather Stone Project Accountant PO Box 932520 Atlanta, GA 31193-2520 561.840.0251 Heather.Stone@kimley-horn.com Page 2189 of 7924 Page 2190 of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age 2191 of 7924 Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records /Search by Entity Name / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information 821359 56-0885615 04/24/1968 NC ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/24/2021 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/24/2021 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Director Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 D එඞඑඛඑ඗ඖ ඗ඎ C ඗ක඘඗කඉගඑ඗ඖඛFlorida Department of State gp KIMLEY-HORN AND ASSOCIATES, INC. Page 2192 of 7924 Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 111 West Jackson Blvd. Suite 1320 Chicago, IL 60604 Title Director Mutti, Brent H. 7740 N 16th Street Suite 300 Phoenix, AZ 85020 Title VP McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Treasurer McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO Page 2193 of 7924 Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior VP Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Danielson, Paul B. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Montanye, Emmeline F. 817 West Peachtree Street, NW, Suite 601 Page 2194 of 7924 Atlanta, GA 30308 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Harry, Jennifer L. 401 B Street Suite 600 San Diego, CA 92101 Title Director Kaltsas, Joseph D 401 B Street, Suite 600 San Diego, CA 92101 Annual Reports Report Year Filed Date 2021 04/24/2021 2022 02/10/2022 2023 02/22/2023 Document Images 02/22/2023 -- ANNUAL REPORT View image in PDF format 02/10/2022 -- ANNUAL REPORT View image in PDF format 04/24/2021 -- ANNUAL REPORT View image in PDF format 04/15/2020 -- ANNUAL REPORT View image in PDF format 11/25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format 06/21/2018 -- AMENDED ANNUAL REPORT View image in PDF format 03/15/2018 -- ANNUAL REPORT View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 08/02/2016 -- AMENDED ANNUAL REPORT View image in PDF format 01/28/2016 -- ANNUAL REPORT View image in PDF format 09/09/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/15/2015 -- ANNUAL REPORT View image in PDF format Page 2195 of 7924 04/22/2014 -- ANNUAL REPORT View image in PDF format 01/14/2013 -- ANNUAL REPORT View image in PDF format 03/29/2012 -- ANNUAL REPORT View image in PDF format 02/17/2011 -- ANNUAL REPORT View image in PDF format 04/21/2010 -- ANNUAL REPORT View image in PDF format 04/30/2009 -- ANNUAL REPORT View image in PDF format 05/14/2008 -- ANNUAL REPORT View image in PDF format 04/12/2007 -- ANNUAL REPORT View image in PDF format 04/21/2006 -- ANNUAL REPORT View image in PDF format 06/02/2005 -- ANNUAL REPORT View image in PDF format 04/26/2004 -- ANNUAL REPORT View image in PDF format 04/30/2003 -- ANNUAL REPORT View image in PDF format 08/12/2002 -- Reg. Agent Change View image in PDF format 05/08/2002 -- ANNUAL REPORT View image in PDF format 02/06/2001 -- ANNUAL REPORT View image in PDF format 03/02/2000 -- ANNUAL REPORT View image in PDF format 03/17/1999 -- ANNUAL REPORT View image in PDF format 02/12/1998 -- ANNUAL REPORT View image in PDF format 02/27/1997 -- ANNUAL REPORT View image in PDF format 03/05/1996 -- ANNUAL REPORT View image in PDF format )ORULGD'HSDUWPHQWRI6WDWH'LYLVLRQRI&RUSRUDWLRQV Page 2196 of 7924 Page 2197 of 7924 Company ID Number:Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT AARRTTIICCLLEE II PPUURRPPOOSSEE AANNDD AAUUTTHH OORRIITTYY The parties to this agreement are the Department of Homeland Security (DHS), the (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU)explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the E-Verify Employer Agent,the Social Security Administration (SSA),and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 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. AA RR TT II CC LL EE II II RR EE SS PP OO NN SS II BB II LL II TT II EE SS AA..RREESSPPOONNSSIIBBIILLIITTII EESS OOFF TTHHEE EEMMPPLLOOYYEERR For purposes of this MOU,references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU,the 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. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2198 of 7924 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) 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 Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 6. The 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. 7. The Employer agrees that, although it participates in E-Verify, the 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 antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2199 of 7924 Company ID Number:Client Company ID Number: the Immigration and Nationality Act (INA)with respect to the hiring of that employee;(3)If the Employer receives a final nonconfirmation for an employee,but continues to employ that person,the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation;(4)If the Employer continues to employ an employee after receiving a final nonconfirmation,then the Employer is subject to a rebuttable presumption that it has knowingly 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. 8.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form 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. 9. The Employer agrees not to use E-Verify for pre-employment screening of job applicants,in support of any unlawful employment practice,or for any other use that this MOU or the E-Verify User Manual does not authorize. 10.The Employer must use E-Verify (through its Web Services E-Verify Employer Agent)for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU.Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 11.The Employer agrees to follow appropriate procedures (see Article III below)regarding tentative nonconfirmations.The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case.The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA.The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending.Further,when employees contest a tentative nonconfirmation based upon a photo mismatch,the Employer must take additional steps (see Article III.B below)to contact DHS with information necessary to resolve the challenge. 12.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R.§ 274a.1(l))that the employee is not work authorized.The Employer understands that an initial inability of the SSA or DHS automated Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2200 of 7924 Company ID Number:Client Company ID Number: 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 work hours,delaying or preventing training,requiring an employee to work in poorer conditions,withholding pay,refusing to assign the employee to a Federal contract or other assignment,or otherwise assuming that he or she is unauthorized to work)until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued.If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued,then the Employer can find the employee is not work authorized and terminate the employee’s employment.Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service)or 1-888-897-7781 (worker hotline). 13.The 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 Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below,or discharging or refusing to hire employees because they appear or sound “foreign”or have received tentative nonconfirmations.The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards,and other sanctions,and violations of Title VII could subject the Employer to back pay awards,compensatory and punitive damages.Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify.If the Employer has any questions relating to the anti-discrimination provision,it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 14.The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) only to confirm the employment eligibility of employees as authorized by this MOU.The Employer agrees that it will safeguard this information,and means of access to it (such as Personal Identification Numbers and passwords),to ensure that it is not used for any other purpose and as necessary to protect its confidentiality,including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU,except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 15.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data.All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password”in the subject line of your email when sending a breach report to E-Verify. 16.The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2201 of 7924 Company ID Number:Client Company ID Number: E-Verify Employer Agent 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. 17.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify,which includes permitting DHS,SSA,their contractors and other agents,upon 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. 18.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website,in advertising materials,or other media.The Employer shall not describe its services as federally-approved,federally-certified,or federally-recognized,or use language with a similar intent on its website or other materials provided to the public.Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 19.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS,USCIS or the Verification Division,without first obtaining the prior written consent of DHS. 20.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/ USCIS (see M-795 (Web))and,other than pursuant to the specific terms of such license,may not be used in any manner that might imply that the Employer’s services,products, websites,or publications are sponsored by,endorsed by,licensed by,or affiliated with DHS,USCIS,or E-Verify. 21.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B.RESPONSIBILITIES OF THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1.The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU.E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2.The Web Services E-Verify Employer Agent 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 E-Verify Employer Agents 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. 3.The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names,titles, addresses, e-mail addresses,and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information,as well as ensure cooperation,communication,and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2202 of 7924 Company ID Number:Client Company ID Number: In addition,Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names,titles, addresses,and telephone numbers of its clients and their staff who will access information through E- Verify.Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4.The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5.The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6.The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a.The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors,if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7.The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access.The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to 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 E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies,and procedures.The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed.E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11.The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12.The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual,the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2203 of 7924 Company ID Number:Client Company ID Number: rules and procedures.The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer.If E-Verify is temporarily unavailable,the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith,to make inquiries on behalf of the Employer 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 E-Verify Employer Agent must use the E-Verify browser during the outage. 13.The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations,will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters,which are available on E-Verify’s website. 14.The Web Services E-Verify Employer Agent 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 to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15.When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause,then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16.If data is transmitted between the Web Services E-Verify Employer Agent and its client,then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17.The Web Services E-Verify Employer Agent 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. 18.The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA,their contractors and other agents,upon reasonable notice,to review Forms I-9, employment records,and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify,and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2204 of 7924 Company ID Number:Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface,including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents.The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b.The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards.Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides.Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials,including the Enrollment Quick Reference Guide,the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook),and existing tutorials and manuals into their training program.E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program.The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could,in some instances,lead to penalties as described in Article V.F.1. of this MOU. 19.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent services and any claim to that effect is false. 20.The Web Services E-Verify Employer Agent shall not state in its website or other public documents that any language used therein has been provided or approved by DHS,USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent’s services,products,websites,or publications are sponsored by,endorsed by, licensed by,or affiliated with DHS,USCIS,or E-Verify. 22.The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU,the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C.RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor.The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2205 of 7924 Company ID Number:Client Company ID Number: with all E-Verify policies and procedures. 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR,it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU,the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract”(as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer,the Employer may not reverify the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment,begin to verify employment eligibility of new hires using E-Verify.The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract.Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date.Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract,whichever date is later. b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States,whether or not assigned to the contract,within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award,the Employer must,within 90 days of enrollment,begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States,whether or not assigned to the contract.Such verification of new hires must be initiated within three business days after the date of hire.An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract,whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C.1001(a)), state or local governments,governments of Federally recognized Indian tribes,or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract.Such Federal contractors may, however,elect to verify all new hires,and/or all existing employees hired after November 6,1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment,Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986,instead of verifying only those employees assigned to a covered Federal contract.After enrollment,Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2206 of 7924 Company ID Number:Client Company ID Number: existing employees within 180 days after the election. e.The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract 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 Employer has reviewed the information reflected in the Form I-9 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 Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form 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.C.5,but reflects documentation (such as a U.S.passport or Form I-551)that expired after completing Form I-9,the Employer shall not require the production of additional documentation,or use the photo screening tool described in Article II.A.5,subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor,its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract,and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) against SSA’s database.SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent) 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). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2207 of 7924 Company ID Number:Client Company ID Number: 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems,or has a policy question,the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent)to conduct,to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means,and b.Photo verification checks (when available)on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify.DHS agrees to provide the E-Verify Employer Agent names,titles,addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies,procedures,and requirements for both SSA and DHS,including restrictions on the use of E-Verify. 4.DHS agrees to train E-Verify Employer Agents on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual.Even without changes to E-Verify,DHS reserves the right to require E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent)a notice,which indicates the Employer's participation in E-Verify.DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC),Civil Rights Division,U.S.Department of Justice. 6.DHS agrees to issue each of the E-Verify Employer Agent’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2208 of 7924 Company ID Number:Client Company ID Number: 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures)confirmation or tentative nonconfirmation of employees'employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records)for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations.This provides final confirmation or nonconfirmation of the employees'employment eligibility within 10 Federal Government work days of the date of referral to DHS,unless DHS determines that more than 10 days may be necessary.In such cases,DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1.If the Employer receives a tentative nonconfirmation issued by SSA,the Employer must print the notice as directed by E-Verify.The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case.The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA.The Employer must allow employees to contest the finding,and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation.Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation,the Employer will refer employees to SSA field offices only as directed by E-Verify.The Employer must record the case verification number,review the employee information submitted to E-Verify to identify any errors,and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number,or any other corrected employee information that SSA requests,to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results,the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2209 of 7924 Company ID Number:Client Company ID Number: B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS,the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case.The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees.The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding,while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS,the Employer will instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter)within eight Federal Government work days. 5.If the Employer finds a photo mismatch,the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations,generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form 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 Employer understands that if it cannot determine whether there is a photo match/mismatch,the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph.The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2210 of 7924 Company ID Number:Client Company ID Number: 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 E-Verify Employer Agents 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 E-Verify Employer Agent agrees to update its Web Services interface 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 of an Interface Control Agreement (ICA).The Web Services E-Verify Employer Agent 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 E-Verify Employer Agent 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 E-Verify Employer Agent 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 User of the system update,then the Web Services User’s E-Verify account may be suspended,and support for previous releases of E-Verify may no longer be available to the Web Services User.The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent 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. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2211 of 7924 Company ID Number:Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7.DHS will not reimburse any Web Services E-Verify Employer Agent 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.If the Web Services E-Verify Employer Agent 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 E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent 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 E-Verify Employer Agent 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 E-Verify Employer Agent and its clients; 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 E-Verify Employer Agent’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; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2212 of 7924 Company ID Number:Client Company ID Number: 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 E-Verify Employer Agent’s application. 12.Web Services E-Verify Employer Agents and Software Developers 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 E-Verify Employer Agents 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 E-Verify Employer Agent agrees to maintain physical, electronic,and procedural safeguards to appropriately protect the information shared under this MOU 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 E-Verify Employer Agent representatives identified above. 5.The Web Services E-Verify Employer Agent 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 E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2213 of 7924 Company ID Number:Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update.The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date,unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D.COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent 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 E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices,letters,etc. 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 II.A.17.Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law.The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface,then it can be held liable for any misuse by the company that purchases the interface.It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates,an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2214 of 7924 Company ID Number:Client Company ID Number: 3.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. 4.Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA.At this time,E-Verify d oes not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1.The Web Services E-Verify Employer Agent 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 E-Verify Employer Agent,its clients,or any other party as a result of your 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 E-Verify Employer Agent may terminate this MOU and its participation in E-Verify a t any time upon 30 days prior written notice to the other parties. In addition,any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU,and thereby the Web Services E-Verify Employer Agent’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 E-Verify Employer Agent or Employer,or a failure on the part of either party to comply with established E-Verify procedures and/or legal requirements.The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities.Similarly,the Employer understands that if it is in a state where E-Verify is mandatory,termination of this by any party MOU may negatively affect the Employer’s business. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2215 of 7924 Company ID Number:Client Company ID Number: 3.A Web Services E-Verify Employer Agent for an Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed.In such cases, the Web Services E-Verify Employer Agent must provide written notice to DHS.If the Web Services E-Verify Employer Agent fails to provide such notice,then that Employer will remain an E-Verify participant,will remain bound by the terms of this MOU that apply to non-Federal contractor participants,and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise,if the Web Services E-Verify Employer Agent 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 E-Verify Employer Agent,its agents,officers,or employees. C.The Web Services E-Verify Employer Agent 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 E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d)of IIRIRA to any action taken or allegedly taken by the Web Services E-Verify Employer Agent or the Employer. E.The Web Services E-Verify Employer Agent 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 Employer,the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, 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. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2216 of 7924 Company ID Number:Client Company ID Number: G. The foregoing constitutes the full agreement on this subject between DHS,the Employer, and the E-Verify Employer Agent. (Employer) hereby designates and appoint (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. If you have any questions, contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2217 of 7924 Company ID Number:Client Company ID Number: Approved by: EEmmppllooyyeerr Name (Please Type or Print)Title Signature Date EE--VVeerriiffyy EEmmppllooyyeerr AAggeenntt Name (Please Type or Print) Title Signature Date DDeeppaarrttmmeenntt ooff HHoommeellaanndd SSeeccuurriittyy –– VVeerriiffiiccaattiioonn DDiivviissiioonn Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Sterling Infosystems Inc. USCIS Verification Division 11/17/2022 Lori Hall 11/17/2022Electronically Signed Electronically Signed Kimley-Horn and Associates, Inc. 2023677 11/17/2022 Natalie Bollinger Electronically Signed 375667 Page 2218 of 7924 Company ID Number:Client Company ID Number: IInnffoorrmmaattiioonn RReeqquuiirreedd ffoorr tthhee EE--VVeerriiffyy PPrrooggrraamm IInnffoorrmmaattiioonn rreellaattiinngg ttoo yyoouurr CCoommppaannyy:: 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 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Kimley-Horn and Associates, Inc. WAKE 2023677 541 5,000 to 9,999 375667 421 Fayetteville Street Suite 600 Raleigh, NC 27601 560885615 1 site(s) Page 2219 of 7924 Company ID Number:Client 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 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 NC 1 2023677375667 Page 2220 of 7924 Company ID Number:Client Company ID Number: Information relating to the Program Administrator(s)for your Company on policy questions or operational problems: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Email 7036741322 Lori Hall 2023677375667 Name Phone Number Fax lori.hall@kimley-horn.com Page 2221 of 7924 Company ID Number Client Company ID Number:: This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 2222 of 7924 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: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ 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: _________________________________________Date: _____________________________ Address in Collier or Lee County: _____________________________________________________________________ Signature: ____________________________________________Title: _____________________________ Solicitation 24-8226Collier County 3/29/2024 9:02 AM p. 24 Kimley-Horn and Associates, Inc. 2014 4/18/2024 1514 Broadway, Suite 301, Fort Myers, FL 33901 Vice President________________ 47 41 Page 2223 of 7924 Local Business Tax Receipt I hope you have a successful year. Lee County Tax Collector Payment Information: $ May engage in the business of: - LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Expires: THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Dear Business Owner: Your - Lee County Local Business Tax Receipt is attached below for account number  receipt: z z z Business name Ownership Physical location z Business closed This is not a bill. Detach the bottom portion and display in a public location. Sincerely,  If there is a change in one of the following, refer to the instructions on the back of this receipt. number: Account Number: Receipt Number:6WDWH/LFHQVH1XPEHU: Location: 1037704 1037704 KIMLEY HORN AND ASSOCIATES INC KIMLEY HORN AND ASSOCIATES INC 20.00 1412 JACKSON ST STE 2 FT MYERS, FL 33901 2023 2023 1501917 1501917 SITE LICENSE KIMLEY HORN AND ASSOCIATES INC 421 FAYETTEVILLE ST RALEIGH, NC 27601 INT-00-01403341PAID 2024 2024 KIMLEY HORN AND ASSOCIATES INC 1412 JACKSON ST STE 2 FT MYERS, FL 33901 08/10/2023 September 30, 2024 Page 2224 of 7924 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification a Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS.Print or type. See Specific Instructions on page 3.1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. Individual/sole proprietor or single-member LLC C Corporation S Corporation Partnership Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) a Note: Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check LLC if the LLC is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single-member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) a 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S.) 5 Address (number, street, and apt. or suite no.) See instructions. 6 City, state, and ZIP code Requester’s name and address (optional) 7 List account number(s) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid 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. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Social security number –– or Employer identification number – Part II 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 Here Signature of U.S. person a Date a General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Kimley-Horn and Associates, Inc. ✔ 5 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 56 0885615  Page 2225 of 7924 Page 2226 of 7924 Page 2227 of 7924 Page 2228 of 7924 Page 2229 of 7924 4/23/2024 Kimley-Horn and Associates, Inc. Page 2230 of 7924 Addendum #2 Date: May 31, 2024 From:Lisa Oien,Procurement Strategist To:Interested Bidders Subject:Addendum #2 24-8226 –Project Management Services The following clarifications are issued as an addendum: Change 1: Extension to Bid Due date: Bid Due Date -May 31,2024, at 3:00 PM June 14 ,2024, at 3:00 PM. If you require additional information,please post a question on our Bid Sync (www.bidsync.com)bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature)Date (Name of Firm) Email: Lisa.Oien@colliercountyfl.gov Telephone: (239)252-8935 Kimley-Horn and Associates, Inc. 6/5/2024 Page 2231 of 7924 Page 2232 of 7924 Page 2233 of 7924 Page 2234 of 7924 Page 2235 of 7924 Page 2236 of 7924 Page 2237 of 7924 Page 2238 of 7924 Page 2239 of 7924 Page 2240 of 7924 Page 2241 of 7924 Page 2242 of 7924 Page 2243 of 7924 Page 2244 of 7924 Page 2245 of 7924 Page 2246 of 7924 Page 2247 of 7924 Page 2248 of 7924 Page 2249 of 7924 Page 2250 of 7924 Page 2251 of 7924 Page 2252 of 7924 Page 2253 of 7924 INSURANCE REQUIREMENTS COVERSHEET Project Name Vendor Name Solicitation/Contract No. Attachments Risk Approved Insurance Requirements Risk Approved Insurance Certificate(s) Comments Attachments Approved by Risk Management Division Approval: Page 2254 of 7924 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___500,000___ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000_____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $_500,000___ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ _1,000,000__ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. Page 2255 of 7924 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. GG – 3/13/2024 ___________________________________________________________________________________________________________ Vendor’s Insurance Acceptance By submission of the bid Vendor accepts and understands the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Page 2256 of 7924 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/21/2025 Edgewood Partners Insurance Agency 3780 Mansell Rd.Suite 370 Alpharetta GA 30022 Jerry Noyola 7702207699 greylingcerts@greyling.com National Union Fire Ins Co of Pittsburg 19445 KIMLASS Allied World Assurance Co (U.S.)Inc.19489Kimley-Horn and Associates,Inc. 421 Fayetteville Street,Suite 600 Raleigh,NC 27601 New Hampshire Insurance Company 23841 Lloyd's of London 85202 1342078938 A X 2,000,000 X 1,000,000 X Contractual Liab 25,000 2,000,000 4,000,000 X X GL5268169 4/1/2025 4/1/2026 4,000,000 A A 2,000,000 X X X CA4489663 (AOS) CA2970071 (MA) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 B X X 5,000,000 X 03127930 4/1/2025 4/1/2026 5,000,000 X 10,000 C C X N WC067961230 (AOS) WC013711885 (CA) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 2,000,000 2,000,000 2,000,000 D Professional Liability B0146LDUSA2504949 4/1/2025 4/1/2026 Per Claim Aggregate $2,000,000 $2,000,000 Re:Contract #24-8226;Project Management Services;Kellie Clark.The Collier County Board of County Commissioners are named as Additional Insureds with respects to General &Automobile Liability where required by written contract.The above referenced liability policies with the exception of workers compensation and professional liability are primary &non-contributory where required by written contract.Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof,30 days'written notice (except 10 days for nonpayment of premium)will be provided to the Certificate Holder. Collier County Board of County Commissioners 3295 Tamiami Trail East Naples FL 34112 Page 2257 of 7924