Loading...
Backup Documents 03/28/2017 Item #16A 2 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP I 6 A TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR S(IRF�_ � COUNTY ATTORNEY PINK ROUTING SLIP L MAR 2 8 2017 Routed by Purchasing Department to Office . Date the Following Addressee(s) (In routing order) Risk Management 1. Risk Management Risk ' L /t911? 2. County Attorney Office County Attorney Office 411/r) 3. BCC Office Board of County Commissioners Y N cS/ 4\4 4. Minutes and Records Clerk of Court's Office (_1(1- I ✓�S 5. Return to Purchasing Department Purchasing Contact: Barbara Lance PRIMARY CONTACT INFORMATION Name of Primary Barbara Lance for Brenda Brilhart, 3/28/17 Phone Number 252-8998 Purchasing Staff Contact and Date _ Agenda Date Item was 3/28/17 Agenda Item Number 1 ' Approved by the BCC ((4� Type of Document Contract Number of Original 1 Attached Documents Attached PO number or account Solicitation/Contract 15-6471/Design Sery number if document is ` Number/Vendor Name for LAP Funded to be recorded ` Y '� Proj/Johnson Eng INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Appl'. able) 1. Does the document require the chairman's original signature? 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be BL signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the BL document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's BL signature and initials are required. 7. In most cases(some contracts are an exception), an electronic copy of the document and BL this routing slip should be provided to the County Attorney's Office before the item is input into SIRE. 8. The document was approved by the BCC on the date above and all changes made N/A during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the :�- BCC, all changes directed by the BCC have been made, and the document is ready for the `f Chairman's signature. 1642 6 2 MEMORANDUM Date: April 5, 2017 To: Barbara Lance for Brenda Brilhart, Procurement Services From: Teresa Cannon, Deputy Clerk Minutes & Records Department Re: Contract #15-6471 "Engineering & Design Services for LAP Funded Projects" Contractor: Johnson Engineering, Inc. Attached for your records is an original of the referenced contract above, (Item #16A2) adopted by the Board of County Commissioners on Tuesday, March 28, 2017. If you have any questions, please feel free to contact me at 252-8411. Thank you. Attachment • 4L1 (Federal Aid Highway Program Funded) CCNA REQUEST FOR PROPOSAL Co rer County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 15-6471 Engineering and Design Services For LAP Funded Projects Brenda Brilhart, Procurement Strategist brendabrilhart@colliergov.net, Email Address (239) 252 - 8446, Telephone Number (239) 252 - 6697, FAX Number This proposal solicitation document is prepared in a Microsoft Word format. 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. rrr., Pnraternert 9mi/ices Dimon•3327 Tareami Trail East•Naples,Florida 34112-49o1•2394528447'•+m e.ca ergcv nstiprocuremsntserv9ces 1 16A2 2 Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 8 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 11 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 14 -ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 22 -ATTACHMENT 2:VENDOR CHECK LIST 23 -ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 24 -ATTACHMENT 4:VENDOR DECLARATION STATEMENT 25 -ATTACHMENT 5:IMMIGRATION LAW AFFIDAVIT CERTIFICATION 26 -ATTACHMENT 6:VENDOR SUBSTITUTE W—9 27 -ATTACHMENT 7:INSURANCE AND BONDING REQUIREMENTS 28 -ATTACHMENT 8:REFERENCE QUESTIONNAIRE 30 EXHIBIT V: SCOPE OF SERVICES 32 EXHIBIT VI:GRANTING AGENCY REQUIREMENTS 50 EXHIBIT VII: GRANT FORMS 56 EXHIBIT VIII: LAP PROJECT LIST 57 2 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 Legal Notice Sealed Proposals to provide Professional Engineering and Design Services for Local Agency Program (LAP) funded projects will be received until 3:00 PM, Naples local time, on 3:00 PM on April 11, 2016 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 15-6471 Engineering and Design Services for LAP Funded Projects Services to be provided may include, but not be limited to the following: professional design services for LAP funded projects. A pre-proposal conference will not be held for this solicitation. All proposal statements will be made using the Request for Proposal format obtained on the Collier County Purchasing Division Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services Division This Public Notice was posted on the Collier County Purchasing Division website: www.colliergov.net/purchasing and in the Lobby of Collier County Government, Purchasing Division, 3327 Tamiami Trail E, Naples, FL 34112 on March 18, 2016. .uxgetrwtSerresD •3327Tan9amiTraciLag•Napias,Honda 341f249Dt•239-252&07•ware-cott inettprocurementserzcex 3 RFP 15-6471 Engineering and Design Services for LAP Funded Projects C Exhibit I: Scope of Work, Specifications and Response Format As requested by the Growth Management Department (hereinafter, the "Department"), 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 Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. It is the intent of the County to award to one firm. To be considered for award, the firm(s) submitting as the prime Consultant must, at a minimum, be pre-qualified through the Florida Department of Transportation (hereinafter, "FDOT") in the following work groups per Category: • 3.1 Minor Highway Design • 4.1.1 Miscellaneous Structures • 7.1 Signing, Pavement Marking, and Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way, and Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing Each assigned Task Work Order will provide a detailed Scope of Service, including project deliverables, and the time duration to complete the work. Task Work Orders will be assigned to the selected firm(s) on an alternating basis while utilizing a fair and balanced approach but may consider a firm's specific qualifications based on the type of work requested, proximity to the project location or staffing availability at the time of the request. Brief Description of Purchase The Growth Management Division is seeking professional engineering and design services for Local Agency Program (LAP) funded projects. A list of these potential public works is attached as Exhibit VIII. The anticipated annual expenditures on these services will vary upon project design completion. The contract is limited to $1,500,000. Detailed Scope of Work—See Exhibit V The FDOT Local Agency Program (LAP), administered at the FDOT district level, is the mechanism used to complete prioritized projects from FDOT's Five-Year Work Program (list of projects in Exhibit VIII). The projects include sidewalks, intersection improvements, median alterations, pedestrian pathways, etc. It is the intent of the County to award more than one contracts for Engineering & Design Services. Contract Term The County reserves the right to issue a formal contract or standard County Purchase Order for the award of this solicitation. The contract term, if an award(s) is/are made is intended to be for two (2) years with three (3) one year renewal options. Professional fees shall remain firm for the initial term of this contract. Requests for consideration of a price adjustment must be made on the contract anniversary date, in writing, to the Procurement Director. Price adjustments are dependent upon the 4 RFP 15-6471 Engineering and Design Services for LAP Funded Projects consumer price index (CPI) over the past twelve (12) months, budget availability and program manager approval. Contract Payment Contract work will be distributed and initiated with a Work Order. Consultant acknowledges and agrees that each individual Work Order shall not exceed $200,000 per Consultant, and that the total compensation for all Work Orders issued under this Agreement shall not exceed $1,500,000 per Consultant. Purchase Orders will generally be issued as lump sum for design-related services and time and materials for post-design services, with not to exceed pricing. Projected Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice 3/18/16 Last Date for Receipt of Written Questions 5:00 PM 3/31/16 Pre-solicitation meeting N/A Addendum Issued By 4/7/16 Solicitation Deadline Date and Time 3:00 PM 4/11/16 Anticipated Evaluation of Submittals By 4/30/16 Anticipated Board of County Commissioner's Contract Approval 6/30/2016 Consultant Response Requirements and Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if it is awarded a contract, the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below should be submitted with each proposal in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. Tab I, Cover Letter/ Management Summary 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 Consultant's certification that the Consultant will accept any awards as a result of this RFP. List all proposed subcontractors who will participate on the team. 5 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Tab II, Business Plan (Maximum 20 Points—5 Page Limit) In this tab, include: • Description of the proposed contract team and the role to be played by each member of the team. • Detailed plan of approach (including major tasks and sub-tasks). • Include with the Business Plan or as an attachment, a copy of a report as an example of work product. This should be for one of the projects listed as a reference. Tab Ill, Experience and Capacity of Firm (Maximum 35 Points —8 Page Limit) Provide information that documents your firm's and subcontractors' qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. Also describe the various team members' successful experience in working with one another on previous projects. List Current Projects in the Format Identified Below Project Final Project Number of Description Start Date End Date Original Budget Cost Change Orders Tab IV, Specialized Expertise of Team Members (Maximum 35 Points—8 Page Limit) Attach brief resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub- consultants must be included with proposal submission. Tab V, References(Maximum 10 Points) In order for the Consultants to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor's five reference scores and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Vendors who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded wil be extended to the whole number per Microsoft Excel. 6 RFP 15-6471 Engineering and Design Services for LAP Funded Projects For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Vendor Name Vendor Total Points Reference Score Awarded Vendor ABC 445 10 Vendor DEF 425 9.6 Vendor GI-II 388 8.7 Note: Sample chart reflects a 10 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Form • Attachment 5: Immigration Affidavit Certification • Attachment 6: Vendor Substitute W9 • Attachment 7: Insurance and Bonding Requirement Form • Attachment 8: Reference Questionnaire EXHIBIT VII: Grant Required Forms: • Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions • General Grant Clauses • Certification for Disclosure of Lobbying Activities on Federal Aid Contracts • Standard Form-LLL, Disclosure of Lobbying Activities Form • State Lobbying Form • Conflict of Interest Affidavit • Collier County DBE Participation Statement • Collier County Consultant Bid Opportunity List • Drug Free Workplace Certification • Truth in Negotiation Certification • Excluded Parties List System Documentation located at: www.sam.gov, and select SEARCH. • Licenses and/or Certifications 7 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 2 Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Division Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding this RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of this RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Division. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals All proposals are to be delivered before 3:00 PM, local time, by April 11, 2016 to: Collier County Government Procurement Division 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Procurement Division past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Services Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: 8 RFP 15-6471 Engineering and Design Services for LAP Funded Projects �* • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. If submitting manually, Proposers must submit one (1) paper copy clearly labeled "Master," and one (1) compact disks (CD's/DVD's) with a copy of the proposal on the CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. Collier County will evaluate and select these Services in accordance with Florida Statute 287.055,Consultants' Competitive Negotiation Act (CCNA). The County's procedure for selecting is as follows: a) The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. b) Request for Proposals issued. c) Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. d) Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building and publicly noticed on the County's Procurement Services website. e) The committee members will review each proposal individually and score each proposal based on the evaluation criteria stated herein. f) Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3)working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. g) Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. h) The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms 9 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 16A2 submitting a proposal.. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. i) The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. j) Negotiations shall begin with the top-ranked firm(s) in accordance with Fl Statute 287.055. k) Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 9. References The County reserves the right to contact any and all references associated with this solicitation. 10. Proposal Selection Committee and Evaluation Factors The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Business Plan 20 Experience & Capabilities of Firm 35 Team Members 35 References 10 Total Points: 100 Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11.Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and the County of Collier. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 10 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 $ A2 Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14) days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor 2. Acceptance and Confirmation payments made prior to delivery. Unless This Purchase Order (including all documents freight and other charges are itemized, any attached to or referenced therein) constitutes discount will be taken on the full amount of the entire agreement between the parties, unless invoice. otherwise specifically noted by the COUNTY on c) All shipments of goods scheduled on the the face of this Purchase Order. Each delivery of same day via the same route must be goods and/or services received by the COUNTY consolidated. Each shipping container must from VENDOR shall be deemed to be upon the be consecutively numbered and marked to terms and conditions contained in this Purchase show this Purchase Order number. The Order. container and Purchase Order numbers must be indicated on bill of lading. Packing slips No additional terms may be added and Purchase must show Purchase Order number and must Order may not be changed except by written be included on each package of less than instrument executed by the COUNTY. VENDOR container load (LCL) shipments and/or with is deemed to be on notice that the COUNTY each car load of equipment. The COUNTY objects to any additional or different terms and reserves the right to refuse or return any conditions contained in any acknowledgment, shipment or equipment at VENDOR'S invoice or other communication from VENDOR, expense that is not marked with Purchase notwithstanding the COUNTY'S acceptance or Order numbers. VENDOR agrees to declare payment for any delivery of goods and/or to the carrier the value of any shipment made services, or any similar act by VENDOR. under this Purchase Order and the full invoice value of such shipment. 3. Inspection d) All invoices must contain the Purchase Order All goods and/or services delivered hereunder number and any other specific information as shall be received subject to the COUNTY'S identified on the Purchase Order. Discounts inspection and approval and payment therefore of prompt payment will be computed from the shall not constitute acceptance. All payments are date of receipt of goods or from date of subject to adjustment for shortage or rejection. receipt of invoices, whichever is later. All defective or nonconforming goods will be Payment will be made upon receipt of a returned pursuant to VENDOR'S instruction at proper invoice and in compliance with VENDOR'S expense. Chapter 218, Fla. Stats., otherwise known as the"Local Government Prompt Payment Act," To the extent that a purchase order requires a and, pursuant to the Board of County series of performances by VENDOR, the Commissioners Purchasing Policy. COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase 5. Time Is Of the Essence Order if goods and/or services provided early in Time for delivery of goods or performance of the term of the Purchase Order are services under this Purchase Order is of the non-conforming or otherwise rejected by the essence. Failure of VENDOR to meet delivery COUNTY. schedules or deliver within a reasonable time, as 4. Shipping and Invoices interpreted by the COUNTY in its sole judgment, a) All goods are FOB destination and must be shall entitle the COUNTY to seek all remedies suitably packed and prepared to secure the available to it at law or in equity. VENDOR lowest transportation rates and to comply agrees to reimburse the COUNTY for any with all carrier regulations. Risk of loss of expenses incurred in enforcing its rights. any goods sold hereunder shall transfer to VENDOR further agrees that undiscovered the COUNTY at the time and place of delivery of nonconforming goods and/or services delivery; provided that risk of loss prior to is not a waiver of the COUNTY'S right to insist actual receipt of the goods by the COUNTY upon further compliance with all specifications. nonetheless remain with VENDOR. 11 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1- 6. 6. Changes claims of negligence, costs and expenses, The COUNTY may at any time and by written including but not limited to attorneys' fees, arising notice make changes to drawings and from, caused by or related to the injury or death specifications, shipping instructions, quantities of any person (including but not limited to and delivery schedules within the general scope employees and agents of VENDOR in the of this Purchase Order. Should any such change performance of their duties or otherwise), or increase or decrease the cost of, or the time damage to property (including property of the required for performance of the Purchase Order, COUNTY or other persons), which arise out of or an equitable adjustment in the price and/or are incident to the goods and/or services to be delivery schedule will be negotiated by the provided hereunder. COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation 11. Warranty of Non-Infringement to give notice if the changes will decrease costs. VENDOR represents and warrants that all goods Any claims for adjustment by VENDOR must be sold or services performed under this Purchase made within thirty (30) days from the date the Order are: a) in compliance with applicable laws; change is ordered or within such additional period b) do not infringe any patent, trademark, of time as may be agreed upon by the parties. copyright or trade secret; and c) do not constitute unfair competition. 7. Warranties VENDOR expressly warrants that the goods VENDOR shall indemnify and hold harmless the and/or services covered by this Purchase Order COUNTY from and against any and all claims, will conform to the specifications, drawings, including claims of negligence, costs and samples or other descriptions furnished or expense, including but not limited to attorneys' specified by the COUNTY, and will be of fees, which arise from any claim, suit or satisfactory material and quality production, free proceeding alleging that the COUNTY'S use of from defects and sufficient for the purpose the goods and/or services provided under this intended. Goods shall be delivered free from any Purchase Order are inconsistent with VENDOR'S security interest or other lien, encumbrance or representations and warranties in section 11 (a). claim of any third party. These warranties shall survive inspection, acceptance, passage of title If any claim which arises from VENDOR'S breach and payment by the COUNTY. of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY'S option, 8. Statutory Conformity procure for the COUNTY the right to continue Goods and services provided pursuant to this using the goods or services, or replace or modify Purchase Order, and their production and the goods or services so that they become transportation shall conform to all applicable non-infringing, (without any material degradation laws, including but not limited to the Occupational in performance, quality, functionality or additional Health and Safety Act,the Federal Transportation cost to the COUNTY). Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the 12. Insurance Requirements Purchase Order. The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such 9. Advertising terms and limits as may be reasonably No VENDOR providing goods and services to the associated with the Purchase Order. Providing COUNTY shall advertise the fact that it has and maintaining adequate insurance coverage is contracted with the COUNTY for goods and/or a material obligation of the VENDOR. All services, or appropriate or make use of the insurance policies shall be executed through COUNTY'S name or other identifying marks or insurers authorized or eligible to write policies in property without the prior written consent of the the State of Florida. COUNTY'S Purchasing Department. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, 10. Indemnification VENDOR agrees that it will comply with all VENDOR shall indemnify and hold harmless the federal, state, and local laws, rules, codes, and COUNTY from any and all claims, including ordinances that are applicable to the conduct of 12 RFP 15-6471 Engineering and Design Services for LAP Funded Projects , its business. By way of non-exhaustive example, 18. Termination this shall include the American with Disabilities This Purchase Order may be terminated at any Act and all prohibitions against discrimination on time by the COUNTY upon 30 days prior written the basis of race, religion, sex creed, national notice to the VENDOR. This Purchase Order may origin, handicap, marital status, or veterans' be terminated immediately by the COUNTY for status. Further, VENDOR acknowledges and breach by VENDOR of the terms and conditions without exception or stipulation shall be fully of this Purchase Order, provided that COUNTY responsible for complying with the provisions of has provided VENDOR with notice of such the Immigration Reform and Control Act of 1986 breach and VENDOR has failed to cure within 10 as located at 8 U.S.C. 1324, et seq. and days of receipt of such notice. regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to 19. General comply with the laws referenced herein shall a) This Purchase Order shall be governed by constitute a breach of the award agreement and the laws of the State of Florida. The venue the County shall have the discretion to unilaterally for any action brought to specifically enforce terminate said agreement immediately. Any any of the terms and conditions of this breach of this provision may be regarded by the Purchase Order shall be the Twentieth COUNTY as a material and substantial breach of Judicial Circuit in and for Collier County, the contract arising from this Purchase Order. Florida b) Failure of the COUNTY to act immediately in 14. Force Majeure response to a breach of this Purchase Order Neither the COUNTY nor VENDOR shall be by VENDOR shall not constitute a waiver of responsible for any delay or failure in breach. Waiver of the COUNTY by any performance resulting from any cause beyond default by VENDOR hereunder shall not be their control, including, but without limitation to deemed a waiver of any subsequent default war, strikes, civil disturbances and acts of nature. by VENDOR. When VENDOR has knowledge of any actual or c) All notices under this Purchase Order shall potential force majeure or other conditions which be sent to the respective addresses on the will delay or threatens to delay timely face page by certified mail, return receipt performance of this Purchase Order, VENDOR requested, by overnight courier service, or by shall immediately give notice thereof, including all personal delivery and will be deemed relevant information with respects to what steps effective upon receipt. Postage, delivery and VENDOR is taking to complete delivery of the other charges shall be paid by the sender. A goods and/or services to the COUNTY. party may change its address for notice by written notice complying with the 15. Assignment requirements of this section. VENDOR may not assign this Purchase Order, d) The Vendor agrees to reimbursement of any nor any money due or to become due without the travel expenses that may be associated with prior written consent of the COUNTY. Any this Purchase Order in accordance with assignment made without such consent shall be Florida Statute Chapter 112.061, Per Diem deemed void. and Travel Expenses for Public Officers, employees and authorized persons. 16. Taxes e) In the event of any conflict between or among Goods and services procured subject to this the terms of any Contract Documents related Purchase Order are exempt from Florida sales to this Purchase Order, the terms of the and use tax on real property, transient rental Contract Documents shall take precedence property rented, tangible personal purchased or over the terms of the Purchase Order. To the rented, or services purchased (Florida Statutes, extent any terms and /or conditions of this Chapter 212), and from federal excise tax. Purchase Order duplicate or overlap the Terms and Conditions of the Contract 17. Annual Appropriations Documents, the provisions of the Terms The COUNTY'S performance and obligation to and/or Conditions that are most favorable to pay under this Purchase Order shall be the County and/or provide the greatest contingent upon an annual appropriation of funds. protection to the County shall govern. 13 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements (The specific insurance requirements for this solicitation are identified in the attachment for Insurance and Bonding Requirements.) The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding Requirements attachment of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests' provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The "Certificate Holder' should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Attachment 7 with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount 14 RFP 15-6471 Engineering and Design Services for LAP Funded Projects s®a w due Vendor under this Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 3. Additional Items and/or Services Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Ordinance. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work; or as otherwise approved by the County's project manager prior to the execution of the work. The Consultant will maintain an adequate and competent professional staff so as to enable Consultant to timely perform under this Agreement and must be authorized to do business within the State of Florida and may associate with it such subconsultants, for the purpose of its services hereunder, without additional cost to the County, other than those costs negotiated within the limits and terms of this Agreement. The Consultant is fully responsible for satisfactory completion of all subcontracted work. The Consultant, however, will not sublet, assign or transfer any work under this Agreement to other than subconsultants specified in the Agreement without the written consent of the County. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 6. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in 15 RFP 15-6471 Engineering and Design Services for LAP Funded Projects i, any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Vendor. The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices presented, rather, the contractor must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. The County's project manager shall coordinate with the Consultant the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 8. Work Orders on Fixed Term Contracts The County reserves the right to order such services from selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. The contracts are classified as fixed-term Countywide Agreements for various and miscellaneous engineering and design services which will be utilized on an as-needed basis. Assignments shall be implemented with Work Orders subject to a maximum of $200,000 per Work Order. Work Order assignments in excess of$200,000 shall be approved by the Board of County Commissioners. Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended as necessary until completion of such project. 9. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 16 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerkncollierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard—payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 10. Environmental Health and Safety All Vendors and Sub vendors performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Vendors and Sub vendors shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. 17 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Vendor's work operations. This provision is non-negotiable by any department and/or Vendor. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 11. Licenses The Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County. If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at(239) 252-2477. 12. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies 14.Security and Background Checks If required, Consultant shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Consultant shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 15.Survivability The Consultant agrees that any Work Order that extends beyond the expiration date of Solicitation 15- 6471 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. 18 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A ? 6 16. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 17.Termination Should the Vendor be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 18. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 19. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to anotherfirm. 20. Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 21. Protest Procedures Any prospective proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then 19 RFP 15-6471 Engineering and Design Services for LAP Funded Projects tl 11 current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be gven instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 22. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 23. Conflict of Interest Vendor shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 24. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 25. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence 20 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 16A2. 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. Vendors are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Proposer does not comply with providing the acceptable E-Verify evidence and the executed affidavit the vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 21 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1ô42n Cotner County Administrative Services Department Procurement Services Division Attachment 1: Vendor's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to this RFP for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: ate 22 RFP 15-6471 Engineering and Design Services for LAP Funded Projects tm t` Colter County Administrative Services Department Procurement Services Division Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms (including granting agency forms) have been signed and included, along with licenses to complete the requirements of the project. ❑ Copy of Internet certification that the Vendor is not on the Federal Excluded Parties List System at: www.sam.gov, and select SEARCH. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ❑ If submitting a manual proposal, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: 23 RFP 15-6471 Engineering and Design Services for LAP Funded Projects I j' s. c„ Co; . er County Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit 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 proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this day of ,20� by Who is personally known to me to be the fothe Firm, OR who produced the following identification Notary Public My Commission Expires 24 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Co ler County Administrative Services Department Procurement Services Division Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation 15-6471 Engineering and Design Services LAP Funded Projects Dear Commissioners: The undersigned, as Vendor declares that this proposal 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 agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed in the solicitation noted above. 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: Firm's Dun and Bradstreet Number(DUNS) (Found at www.dnb.com) CCR#or CAGE Code Florida Certificate of Authority Document Number(http:/jwww.sunbiz.org) Federal Tax Identification Number Address: City,State,Zip Code: Telephone: FAX: Signature by: (Typed and written) Title: Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City,State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City,State,ZIP Telephone: Email: 25 REP 15-6471 Engineering and Design Services for LAP Funded Projects o A P„„ Attachment 5: Immigration Law Affidavit Certification Solicitation #and Title : 15-6471 Engineering and Design Services LAP Funded Projects This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program, may deem the Vendor's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 26 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 ,4 2 co tiercal4n.,�y Administrative Services Department Procurement Services Division Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date 27 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A e collier county Administrative Services Department Procurement Service,Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/ Consultant shall 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/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ 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 and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 28 1 A 6. ❑ 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. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds 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. 8. ® 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. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11. ® Thirty(30) Days Cancellation Notice required. Lbj 5/20/2015 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 29 RFP 15-6471 Engineering and Design Services for LAP Funded Projects it i6Ap 42 Cot &r County Administrative Services Department Paocuremer,t Services Division Attachment 8: Reference Questionnaire Solicitation: 15-6471 Engineering and Design Services for LAP Funded Projects Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Completion Date: Project Budget: Project Number of Days: Change Orders- Dollars Added : Change Orders- Days Added: Item Citeria Score 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 Please FAX this completed survey to: By 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Exhibit V: Scope of Services 1 A2 9 ENGINEERING AND DESIGN FOR LOCAL AGENCY PROGRAM (LAP) PROJECTS Project Description The principal intent of this project is to provide Engineering & Design Services for the construction of Local Agency Program (LAP) projects. The Florida Department of Transportation (FDOT) is empowered by legislative authority to contract with other governmental (local) agencies to develop, design, acquire right-of- way, and construct transportation facilities and to reimburse these governmental agencies for services provided to the traveling public. The FDOT Local Agency Program, administered at the FDOT district level, is the mechanism used to complete a prioritized project from FDOT's Five-Year Work program. The intent of the County is to award to one firm. 1.0 PURPOSE: The purpose of this general scope of services is to describe the services and responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for projects initiated under the FDOT LAP program in Collier County. The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with COUNTY and FDOT policy, procedures and requirements. These Contract documents will be used by the contractor to build the project and will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall ensure that all required project components are included in the development of the Contract documents and the project can be built as designed and to specifications. 2.0 SCOPE: Provide services as defined in this Scope of Services, the referenced Florida Department of Transportation (FDOT) manuals, and procedures. For each project the CONSULTANT and/or Sub- Consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required of the project. As a minimum, the CONSULTANT and/or Sub-Consultant(s) must be qualified to perform the following types of work: • 3.1 Minor Highway Design • 4.1.1 Miscellaneous Structures • 7.1 Signing, Pavement Marking, and Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way, and Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing Services provided by the CONSULTANT shall comply with FDOT manuals, procedures, and memorandums in effect as of the date of execution of the Agreement; however it is the responsibility of the CONSULTANT to stay current with applicable regulations and procedures as they are 31 RFP 15-6471 Engineering and Design Services for LAP Funded Projects i '.., ,i1 "1 updated by FDOT and/or the County. Such FDOT manuals, procedures, and memorandums are found on FDOT's website. Each assigned Task Work Order Proposal will provide a detailed Scope of Service, including project deliverables, and the time duration to complete the work. Due to the varied nature of the projects for which work is to be assigned, a description of the types of tasks generally associated with a design assignment follows below, but may be modified as needed according to the requirements for each Task Work Order Proposal. Each project Scope of Work may be modified to include the applicable provisions of the latest version of FDOT's Scope of Services for Consulting Engineering Services as appropriate. 3.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the County and the CONSULTANT setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Consultant: The Consulting firm under contract to the County for engineering and design services. C. Consultant Project Manager. The employee assigned by the CONSULTANT to be the lead contact for the county and in charge of coordinating the services to be provided for the Project. D. Consultant Engineer of Record: The Engineer assigned by the CONSULTANT to be in charge of signing and sealing plans in accordance with the Florida Board of Professional Regulation E. Transportation Engineering Director: The administrative head of the County's Construction Offices / The Engineer assigned to administer Engineering and design as well as Construction Contracts for the County. F. County Project Manager: The County employee assigned to administer the CONSULTANT Engineering and Design Services on behalf of the County. G. County Professional Services Administrator: The Administrative Head of the Professional Services Office. H. County Manager: The County Administrator of the County. I. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. J. Road Maintenance Director: The County employee assigned to administer Maintenance Contracts for the County. K. Public Information Office: The County employee assigned to manage the Public Information Program. L. Resident Compliance Specialist: The employee assigned by the County to oversee project specific compliance functions and maintain compliance files. M. Owner: The Board of County Commissioners for Collier County, Florida. A political subdivision of the State of Florida N. County: Collier County, a political subdivision of the State of Florida. 32 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 4.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: A. The COUNTY, on an as needed basis, will furnish all available project documentation to the CONSULTANT for each project. The documents available will be determined at the time of issuance of each task work order. Documents may be provided in either paper or electronic format. B. A list of all standard forms for use under the terms of this Agreement will be provided in one (1) hard copy or electronic format at the Pre-Services meeting. All directives, procedures, and standard forms can be accessed through the Collier County website. 5.0 ITEMS FURNISHED BY THE CONSULTANT: a. FDOT Documents All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be purchased through the following address. All others can be acquired through the FDOT's District Office or on-line at the FDOT's website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 488-9220 http://www.dot.state.fl.us/ 6.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the COUNTY's Project Manager informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (e.g., FDOT, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Change Orders to the COUNTY's Project Manager for review and approval. 7.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all Change Orders thereof, the COUNTY will review various phases of CONSULTANT operations and FDOT's Local Agency Program Manual to determine compliance with this Agreement. If deficiencies are indicated, remedial action shall be implemented immediately. County recommendations and CONSULTANT responses/actions are to be properly documented by the CONSULTANT. No additional compensation shall be allowed for remedial action taken by the CONSULTANT to correct deficiencies. 8.0 REQUIREMENTS OF THE CONSULTANT: 8.1 Project Administration 8.1.1 Notice to Proceed/Project Initiation The CONSULTNAT will be issued a Notice to Proceed (NTP) accompanied by the executed Work Order. Following the issuance of the NTP, the CONSULTANT will prepare for and attend a Kick-off Meeting with the COUNTY's Project Manager, staff and FDOT as 33 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A21 determined by the COUNTY. At this meeting, the COUNTY and FDOT and key members of the CONSULTANT's team will set the final parameters for the project. 8.1.2 Project Schedule As part of the man-hour and fee proposal, the CONSULTANT will provide a Project Schedule, identifying the timetable for execution and completion of all elements of the Scope of Work. The schedule will identify major tasks, duration and task relationships. An electronic submittal, compatible with Microsoft Project is required. This schedule will indicate both projected and actual completion dates. The CONSULTANT will send the COUNTY's Project Manager an e-mail update of the Microsoft Project compatible schedule monthly. 8.1.3 Project Status Meetings The appropriate members of the CONSULTANT's team will attend as necessary, monthly progress meetings with the COUNTY's Project Manager and staff to discuss the project's progress, status and other activities. The purpose of these meetings is to maintain clear communication between the COUNTY and the CONSULTANT's team. The CONSULTANT will prepare meeting notes from these meetings, and distribute these notes within ten (10) days following each meeting. The CONSULTANT will communicate with the COUNTY and FDOT biweekly, via email, the project's progress and issues. 8.1.4 Coordination Meetings The CONSULTANT may be required to meet with various project stakeholders to discuss the project and receive input. The CONSULTANT should plan to attend at least four(4) such meetings. The CONSULTANT may be called upon to provide maps, plans sheets, audio- visual displays and similar material for these meetings. 8.1.5 Public Involvement It is to be assumed formal public involvement activities will generally not be required; however, the need for any project-specific public involvement activities for a specific assignment will be determined at the time of the development of the project Scope of Work. 8.2 Surveys 8.2.1 Control Surveys and Right-of-Way Maps The CONSULTANT is to provide the COUNTY with Control Survey for the project, if necessary, consistent with the Minimum Technical Standards for Land Surveying in the State of Florida set forth by the Board of Land Surveyors, Chapter 61G17-6, F.A.C., pursuant to Chapter 472, Florida Statutes. 8.2.2 Design Surveys The CONSULTANT shall furnish complete field verified design survey. The surveys shall include aerial targeting as necessary, wetlands vegetation lines, topography, right-of-way, 50' interval cross sections for plotting purposes, cross sections at driveways with anticipated connection slopes approaching maximum design criteria, physical location of utilities, drainage and base line control, along with surveys necessary for side road connections or 34 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 upgrading. Should additional field surveys be required to successfully design, permit and construct this project, the CONSULTANT is to obtain this information as a fundamental requirement of this scope of services. The work shall be performed in accordance with the latest edition of the FDOT Location Manual, Policy No. 760.001-760.012 and the Minimum Technical Standards for Land Surveying in the State of Florida set forth by the Board of Land Surveyors, Chapter 61G17- 6, F.A.C., pursuant to Chapter 472, Florida Statutes. Variations in survey methodologies, etc., as required by FDOT, will be permitted if approved by the COUNTY and FDOT prior to submittal of man-hour and lump-sum fee proposals. Coordination with the COUNTY and FDOT Surveyor is required prior to beginning this work effort. 8.3 Final Design &Specifications 8.3.1 Assembly and Evaluation of Data The CONSULTANT is to collect and evaluate all available and appropriate data for the successful final design of this project. Specifically, and non-inclusively, the CONSULTANT will address the following items: 8.3.1.1 Assembly of Data: The CONSULTANT is to collect and review all available information such as records, maps, surveys, plans, soil investigation reports, utility service system, availability data, zoning classifications, building codes and standards, requirements of all agencies having jurisdiction over the project, and any other information which may have a bearing or impact to the planning, design, approval, permitting, construction and/or operation of this project. The CONSULTANT is to review all appropriate COUNTY information on this project. 8.3.1.2 Regulatory Agencies: The CONSULTANT is to coordinate all necessary and required activities with regulatory agencies throughout the entire design and permitting phases of the project. 8.3.1.3 Field Reviews and Surveys: The CONSULTANT is to field review data, including surveys, for consistency with actual field conditions. The CONSULTANT is to evaluate right-of-way and topographic surveys for consistency with design and construction requirements of the project, as well as adherence to appropriate standards of professional practice. 8.3.1.4 Soils Survey/Geotechnical Investigations: The CONSULTANT is to provide the necessary soil survey and analysis for the project design. The results of the soils survey will be analyzed, posted and summarized appropriately on the cross-sections and applicable plan sheets consistent with FDOT requirements. This analysis will include design recommendations for roadway fill and other design and construction elements. Further, the soils investigations will include all required soil parameters necessary to design and construct the improvement, drainage systems, including surface water management systems, utility installations, etc. 35 RFP 15-6471 Engineering and Design Services for LAP Funded Projects I 8.3.1.5 Preliminary Drainage: The CONSULTANT is to evaluate the project's existing drainage conditions to identify at the earliest possible stage the need to address large-scale drainage issues and/or issues of significance to the project. The CONSULTANT is to review these matters with the COUNTY and FDOT early in the progress of the final design. 8.3.1.6 Environmental Issues: The CONSULTANT is to evaluate the project's overall impact to the environment, specifically addressing elements requiring agency permitting. The purpose is to identify at the earliest possible stage the need to address the critical path(s) of design elements related to these issues. The CONSULTANT is to review these matters with the COUNTY and FDOT early in the progress of the final design. 8.3.1.7 Drainage Design The CONSULTANT is to provide for the drainage basin/sub-basin mapping and design sufficient to meet COUNTY, State and Federal Standards, as well as State and Federal regulatory agency permit requirements. The project must meet the following minimum requirements: A. The Collier County Land Development Code; B. South Florida Water Management District rules and regulations; C. Other State and Federal rules and regulations. Before or at the 60% submission, the CONSULTANT is to obtain COUNTY and FDOT approval for the conceptual layout and design for all stormwater management facilities (SWMF). The CONSULTANT is to submit the following minimum information at this time: A. Large-scale mapping of all drainage elements affecting the design of the project, including basin and sub-basin delineations on a scalable, readable contoured map; B. Definable locations of the SWMF on a scalable graphic including parcel identification information; C. Brief narrative on availability of land, zoning, current use, future land use (Growth Management Plan), environmental issues, if any, estimated construction costs, and other relevant data to adequately review and evaluate the proposed SWMF location. 8.3.2 Construction Plans Preparation The CONSULTANT is to provide all necessary and required construction plans for the successful design and construction of the project. Each contract plans package and its component parts will be prepared in accordance with FDOT standards, policies, procedures, memorandums and directives. Design work will comply with the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways, latest non- metric edition, and FDOT Plans Preparation Manual, and other applicable standards. Each contract plans package shall be accurate, legible, complete in design, suitable for public bidding purposes and drawn to scales acceptable to the COUNTY and FDOT and in format acceptable to the COUNTY and FDOT. For recommendations concerning the plans preparation the CONSULTANT should refer to the latest non-metric editions of the Florida Greenbook, and other applicable manuals as determined by the COUNTY's Project Manager 36 RFP 15-6471 Engineering and Design Services for LAP Funded Projects and FDOT. It is the CONSULTANT's responsibility to acquire and utilize the necessary FDOT manuals that are required to complete the project design. The project must meet the following minimum plans and documentation requirements: 8.3.2.1 Plan sets: A. Cover/Key Sheet B. Summary of Pay Items C. Drainage Maps (1"=200' maximum scale, with contours) D. Typical Sections E. Summary of Quantities F. Summary of Drainage Structures (Includes invert elevations) G. Project Layout H. Sidewalk Plan & Profiles (1" = 20' maximum scale) I. Special Profiles (if necessary) J. Intersection Layouts (1"= 10' maximum scale) K. Drainage Detail Sheets L. Drainage Structure Cross Sections M. Erosion Control Sheets (NPDES Sheet) N. Soils Survey Data Sheets 0. Signing and Pavement Marking Plans P. Signalization Modification Plans Q. Sidewalk Cross Sections Sheets(scale 1"=2' or 5' by 1"=10, 20', 40', 50') R. Traffic Control Data Sheet S. Utility Adjustment Sheets (if necessary) 8.3.3 Design Documentation Report: Technical criteria, strategic decisions, project influences and processes employed in the execution of project design and plans preparation are to be memorialized in a bound document submitted to the COUNTY and FDOT. The purpose is to provide a chronide of the strategies, decision and events that lead to the preparation of the final construction documents. At a minimum, the CONSULTANT is to provide the following documentation: 8.3.3.1 Intersections, Project Termini Design & Driveways The CONSULTANT is to provide all necessary design and special detailing required to adequately detail improvements to intersections, terminus points and driveways within the project area. 8.3.3.2 Signing and Pavement Marking Plans The CONSULTANT is responsible for the preparation and design of a complete set of signing and pavement marking plans in compliance with the latest (non-metric) FDOT Standards, the M.U.T.C.D., and the "Sign/Marking Standards for Older Road Users Program Compliance" for the project. These plans will be included as a component part of the contract plans set and shall include all necessary side street signing and striping necessary for the safe and effective operation of vehicles and pedestrians on or crossing the roadway. Phase submittals for engineering review will be in accordance with the requirements for construction plans and submitted at 60% and 100% completion stages. 37 RFP 15-6471 Engineering and Design Services for LAP Funded Projects I 8.3.3.3 Traffic Signal Plans The CONSULTANT is responsible for the preparation of design plans for any necessary modifications to existing signals within the project corridor. The design will be in accordance with the latest (non-metric) FDOT Standards and Specifications. All equipment specified in plans will be fully compatible with Collier County's Signal System. The design will be signed and sealed by a Professional Engineer in the State of Florida. Phase submittal for engineering review will be in accordance with the requirements for construction plans and submitted at 60%, and 100% completion stages. 8.3.3.4 Standard Specifications, ADA Compliance and Special Provisions The CONSULTANT shall use the current edition of the FDOT "Standard Specifications for Road and Bridge Construction", and Supplements thereto, and all technical memorandum and addenda henceforth for the standard specification on roadway and bridge construction. The CONSULTANT is responsible to ensure that all plans and design specifications meet or exceed the minimum standards necessary to comply with the Americans with Disabilities Act (ADA) as amended. The CONSULTANT is responsible to provide all Special Provisions necessary for the successful construction of the project. These Special Provisions are to be prepared in the same and complimentary format at the referenced standard specifications. The COUNTY and FDOT reserves the right to reject any special provision specification deemed inadequate for the project. 8.3.3.5 Engineer's Estimate of Probable Construction Costs and Quantity Computation The CONSULTANT will prepare preliminary estimates of probable construction costs with unit prices based on current FDOT estimates and pay items. These estimates will be provided at the 60% and 100% phase submittals of the final construction plans. A "final" estimate will be provided when professionally endorsed plans are delivered to the COUNTY and FDOT. The CONSULTANT will prepare a Summary of Pay Items plan sheet to be incorporated as part of the final construction plans. Quantities are to be documented in the plan set using summary boxes and/or tabulation quantity sheets. Each pay item must be documented on either a plan summary box or tabulation sheet. In general, Roadway and Structures items are included on the plan summary boxes. Signing, Pavement Marking, Lighting, Signalization, Landscaping, and Utility component plans will use tabulation sheets. Whether provided by plan summary box or tabulation sheets, the quantity of each item, by location, is needed. 8.3.3.6 Maintenance of Traffic The CONSULTANT is responsible for providing a construction design conducive to safe maintenance of traffic for vehicles and pedestrians. 38 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1642 2 The CONSULTANT will prepare a Traffic Control Data Sheet (T.C.D.S.) for inclusion as part of the roadway plans. The intent of the T.C.D.S., as prepared by the CONSULTANT, is to provide adequate minimum requirements and direction to the construction contractor regarding specific project and construction plan conditions, and to enable the contractor to prepare a detailed maintenance of traffic plan for approval by FDOT prior to construction beginning. 9.0 Environmental& Regulatory Permitting The CONSULTANT is required to submit complete permit applications, respond to Requests for Additional Information (RAI) and provide all necessary follow up information for all permits necessary to successfully design and construct the project. 9.1 South Florida Water Management District(District) Environmental permitting, or exemption thereof, through the District is a requirement of this project. The CONSULTANT is to actively involve the COUNTY's Project Manager in all permitting activities involving the District including pre-application conferences, RAI meetings, field meetings, Board of Governor meetings, etc. The CONSULTANT is responsible for early identification of all potential permitting issues. The CONSULTANT is to coordinate with the District and any other regulatory agencies having jurisdiction to assure that design efforts are properly directed toward permit requirements. The CONSULTANT will prepare a complete permit package necessary to construct the project, including site and system design information required by and acceptable to the District and all other regulatory agencies. The CONSULTANT will professionally endorse the permit package(s) for District permitting and any regulatory agency exercising jurisdiction with FDOT as applicant. The CONSULTANT is responsible for permit package submittal, agency coordination and for all the information necessary to secure permits from these regulatory agencies. 9.2 Florida Department of Environmental Protection (FDEP) At this juncture, we do not anticipate any site conditions that would initiate jurisdictional authority by the Florida Department of Environmental Protection (FDEP). However, if FDEP jurisdiction is exercised, the CONSULTANT is responsible to address their issues and pursue appropriate resolutions. Compensations for professional fees for this work will be negotiated as supplemental services to the existing design services Agreement using man- hour unit prices from the current Agreement. 10.0 Utility Coordination and Relocation Coordination of existing and proposed utilities is of critical importance to the cost and overall success of the project. The CONSULTANT is to contact all utility companies and local governments having facilities within the project area and obtain necessary information on their existing and proposed facilities. The CONSULTANT is to coordinate design activities with the respective utility companies/local governments and COUNTY Project Manager. 39 RFP 15-6471 Engineering and Design Services for LAP Funded Projects A 2 16A2 The CONSULTANT is responsible to accurately reflect the information provided by these utilities. When necessary for the accuracy of the design, the CONSULTANT will obtain actual field horizontal and vertical locations, coordinating this effort through respective utility companies/local governments. The CONSULTANT will field verify vertical and horizontal conflicts. The field verification of vertical and horizontal positions will be at intervals not to exceed 200', including all valves, changes in direction and structures. Accuracy shall be with 0.2 of a foot horizontally and vertically. The mapping work described in this section does not include normal design survey utility work specified in the Design Survey and the Utilities sections. The CONSULTANT will evaluate relocations, abandonments, adjustments, or facilities to remain in place for impact to design elements of the project. 10.1 Early Coordination The CONSULTANT will submit two (2) sets of plans to each entity for verification of respective utility locations after the initial field survey is plotted and field reviewed. One set should be marked up and returned to the CONSULTANT. 10.2 Coordination at 60% Plans The CONSULTANT will prepare 60% plans showing existing utilities. Following COUNTY and FDOT review and plan adjustment, the CONSULTANT will submit two (2) sets of plans to these groups for review and markup. One set should be marked up and returned to the CONSULTANT. Upon return of theses markups, the CONSULTANT is responsible to prepare and complete Utilities Adjustment Plan for the project as part of the roadway design process. This work includes coordination with public and private utility companies for the location and design of their pre-construction (existing) and post-construction (relocated) utilities. 10.3 Coordination at 100% Plans At the time of the 100% submittal, the CONSULTANT will contact these groups again and send two (2) sets of the 100% plans for review and approval. Additional submissions and coordination are at the discretion of the CONSULTANT. The CONSULTANT may request that the utility companies provide and electronic copy of any corrections. 11.0 Local Government, FDOT, Other Agencies Coordination Coordination with local governments, public agencies, e.g., Collier Area Transit(CAT), and others is of critical importance to the overall success of the project. Accordingly, the CONSULTANT is responsible to coordinate all design activities with these groups to ensure adequate opportunity on their behalf to address design and construction issues. The CONSULTANT is responsible to contact each local government, FDOT, and other known agencies having an interest in this project. The CONSULTANT is to coordinate their interest with the design of the project, as necessary, to work towards solutions acceptable to the COUNTY and these groups. Contact with these groups is to occur at the kick-off, 60% and 100% stages of design completion, and with a set of "final" plans delivered to these groups after the CONSULTANT has professionally endorsed the final plans. One(1) plan set is to be delivered to each group for review and comment at each submission stage. 40 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 12.0 Deliverables/Phase Submission Documents The CONSULTANT will submit Design Plans and support documents to the COUNTY and FDOT for review and approval at specific junctures. Each plan set submitted will have the percentage complete for that submittal clearly indicated on the first sheet of each set of plans. 12.1 60% Design Documents Submission (2 week COUNTY review/ 3-4 week FDOT review) A. Five (5) sets of prints (Construction Plans) for COUNTY and FDOT (FDOT Plan submittal may be electronically submitted) B. Preliminary estimate of probable construction cost C. Preliminary Drainage Computations D. 60%signed checklist E. A detailed utility conflict letter based upon the preliminary drainage design F. One (1) CD containing PDF files of deliverables 12.2 100% Design Documents Submission (2 week COUNTY review/3-4 week FDOT review) A. Five (5) sets of prints (Construction Plans) for COUNTY and fifteen (15) for FDOT (FDOT Plan submittal may be electronically submitted) B. One(1) CD containing PDF files for entire 100% plan set for bidding purpose C. Final Right-of-Way maps D. Final Drainage Computations E. One (1) engineer's cost estimate F. One(1) set of bid forms (Provide forms electronically as well) G. One(1) Design Documentation Reports H. Contract Documents and Specifications I. 100% signed checklist J. One(1) CD containing PDF files of deliverables 12.3 Final Deliverables (after COUNTY and FDOT have approved 100% plans) A. Two (2) sets of bound and sealed Construction Plans for COUNTY and two(2)for FDOT B. One(1) set of unbound signed and sealed Construction Plans C. One(1) set of un-bound signed and sealed Construction Plans D. One(1) CD containing PDF files of deliverables 12.4 General Phase Submission Comments All plan submittals will be printed on 11" x 17" plan sheets. When aerial photography is used as a base, the plans will be halftone, clear, Photo- Mechanical Transfers (PMT's) or equivalent quality. As a minimum, phase submittals to the COUNTY and FDOT will be in accordance with the current FDOT Plans Preparation Manual (non-metric) information content requirements including a written response to previous COUNTY and FDOT review comments. Phase submittal of construction plans shall not be considered complete if applicable individual component parts, such as signals, signing and pavement markings, utility adjustments, etc., are not included with the submittal. 41 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 If the COUNTY determines that the phase submittal is incomplete, the CONSULTANT is to pick-up the submittal, make it complete and resubmit. The COUNTY and FDOT may require additional data if determined by individual project requirements. Phase submittals of Construction Plans or Drainage computations will not be considered representative of the percent complete indicated until they have been reviewed and accepted by the COUNTY and FDOT. 13.0 POST-DESIGN SERVICES The CONSULTANT shall provide post-design construction assistance services which may include, but are not limited to, Plans Updates, Engineering Assistance, Expert Witness Testimony, Review of Shop Drawings and Meeting Attendance. These services are intended to deal with changed conditions or services not covered by other contract provisions, and are not intended for CONSULTANT errors and/or omissions. 13.1 Plans Update The CONSULTANT shall be the custodian of the project CADD files and shall be responsible for their upkeep during the construction period. At the conclusion of the construction, the CONSULTANT, if requested by the COUNTY, shall revise the CADD files to reflect as-built conditions based on marked up prints, drawings, and other data furnished to the CONSULTANT. At the conclusion of construction or at the COUNTY's request, the CONSULTANT shall return all CADD files to the COUNTY for its use and file. 13.2 Engineering Assistance The CONSULTANT shall provide to the COUNTY qualified representation during the construction phase to deal with issues concerning the intent and interpretation of the construction contract plans and documents prepared in the work. Should changed conditions be encountered in the field and when requested by the COUNTY, the CONSULTANT shall respond in a timely manner with suitable engineering solutions that take into account the changed conditions. On-site appearance of the CONSULTANT shall be made during construction at the written request of the COUNTY or its designated representative. From time to time during construction, the CONSULTANT may be requested by the COUNTY or its designated representative to review contractor proposed field changes or to respond with a recommended solution to remedy particular field situations not covered by the plans and specifications. 13.3 Expert Witness Testimony The CONSULTANT shall serve as an expert witness in legal proceedings such as construction claims, if required by the COUNTY. 13.4 Review of Shop Drawings The CONSULTANT shall be responsible for the review of construction shop drawings. Shop 42 RFP 15-6471 Engineering and Design Services for LAP Funded Projects drawing reviews shall be performed in accordance with the Shop Drawing Review Procedure, Chapter 28, Florida Department of Transportation Plans Preparation Manual. 13.5 Meeting Attendance At the COUNTY's request, the CONSULTANT shall attend any pre-construction conferences, mandatory pre-bid meetings, design-to-construction hand-off meetings or other similar meetings. 14.0 QUALITY ASSURANCE (QA) PROGRAM: 14.1 Quality Assurance Plan: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the County's Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the CONSULTANT's organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the County approves the CONSULTANT QA Plan. Significant changes to the work requirements may require the CONSULTANT to revise the QA Plan. It shall be the responsibility of the CONSULTANT to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization: A description is required of the CONSULTANT QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the CONSULTANT firm shall certify that the design and documentation was done in accordance with FDOT specifications, plans, standard indexes, and FDOT procedures. 14.2 Quality Records: Maintain adequate records of the quality assurance actions performed by the organization 43 RFP 15-6471 Engineering and Design Services for LAP Funded Projects v (including subcontractors and vendors) in providing services and products under this Agreement. All records shall be available to the County, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 15.0 AGREEMENT MANAGEMENT: 15.1 General: (1) With each monthly invoice submittal, the CONSULTANT will provide a Status Report for the Agreement. This report will provide an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the CONSULTANT funds expiration date per the Agreement schedule for the prime CONSULTANT and for each subconsultant. The CONSULTANT will provide a printout from the Equal Opportunity Reporting System showing the previous month's payments made to subconsultants. Invoices not including this required information may be rejected. (2) When the CONSULTANT identifies a condition that will require an amendment to the Agreement, the CONSULTANT will communicate this need to the County's Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the County's Project Manager for approval and further processing. The AR is to be submitted at such time to allow the County 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the County. (3) The CONSULTANT is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the County. 16.0 OTHER SERVICES: Upon written authorization by the County's Project Manager, the CONSULTANT will perform additional services in connection with the project not otherwise identified in this Agreement. Compensation will be separately reimbursed by a Supplement to this Agreement. 17.0 SUSPENSION OF WORK Due to the nature of the projects contemplated by this Agreement, on occasion it may be necessary to temporarily suspend work on the assignment. In the event the COUNTY determines it is necessary to temporarily stop work on a project, the CONSULTANT agrees, upon receipt of written notice from the COUNTY's Project Manager, to immediately suspend all work until further notice. The length of time associated with a suspended project will dictate the need to adjust the scope of services and associated fees in order to restart the project. 18.0 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the CONSULTANT's proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 44 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 Exhibit VI Federal Provisions Professional Services FHWA 20.205 FEDERAL LAWS AND REGULATIONS Because this project activity is funded in whole or in part by the Federal Government, or an Agency thereof, Federal Law requires that the Applicant's contracts relating to the project include certain provisions. CIVIL RIGHTS COMPLIANCE The Consultant, in accordance with the Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 200d to 200d-7 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, Collier County hereby notifies all consultants that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, religion, national origin, marital status, sex, age, disability in consideration for an award. Non Discrimination : All contracts shall contain a provision requiring compliance with Title VI of the Civil Rights Act of 1964 (P.L. 88-352), and the regulations issued pursuant thereto, which provides that no person in the United States shall on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Recipient receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Recipient, this assurance shall obligate the Recipient, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits. 1. Equal Employment Opportunity: The following equal employment opportunity requirements apply to the underlying contract: a. Age: Under the Age Discrimination Act of 1975, as amended (42 U.S.C.: 6101-6107), the Consultant agrees to refrain from discrimination against present and prospective employees on the basis of age. b. Race, Color, Creed, National Origin, Sex: Per Executive Order 11246 as amended by Executive Orders 11375 and 12086, and the regulations issued pursuant thereto, the Consultant agrees to refrain from discrimination against anyone on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of federal or federally assisted construction contracts. The Consultant agrees to take affirmative action to insure fair treatment in employment, upgrading, demotion, or transfer and in such actions as recruitment or recruitment advertising; layoff/termination, rates of pay or other forms of compensation; and election for training and apprenticeship. c. Disabilities: The Consultant agrees that it will comply with the Americans With Disabilities Act (Public Law 101-336, 42 U.S.C. Section 12101 et seq.), where applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services, and in telecommunications. 45 RFP 15-6471 Engineering and Design Services for LAP Funded Projects OTHER REGULATIONS Access to Documents: Consultant shall exercise best efforts to maintain communication with Applicant's personnel, whose involvement in the project is necessary for successful and timely completion of the work of the project, including but not limited to the closing of specific transactions. Communications between the parties shall be verbal or in writing, as requested by the parties or as dictated by the subject matter to be addressed. During the term of the Agreement and for the ensuing record-retention period, Consultant shall make any or all project records available upon reasonable request, and in any event within two (2) business days if requested, to Collier County, and any other agency of State or Federal government, or the duly authorized representatives of any of the foregoing, that has provided funding or oversight or the project, for the purpose of making audit, examination, excerpts and/or transcriptions. For purposes of this section, "records" means any and all books, documents, papers and records of any type or nature that are directly pertinent. Retention of Documents: Consultant shall maintain all project records for a minimum period of three (3) years from the date of the last voucher. Debarment and Suspension (E.O.s 12549 and 12689): Contract awards that exceed the small purchase threshold and certain other contract awards shall not be made to parties listed on the nonprocurement portion of the General Services Administration's List of parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O.s 12549 and 12689, "Debarment and Suspension." This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and Consultants declared ineligible under statutory or regulatory authority other than E.O. 12549. Consultants with awards that exceed the small purchase threshold shall provide the required certification regarding its exclusion status and that of its principals. Vendors submitting proposals for this purchase must attest that they, and their sub- Consultants and partners, are not excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and nonfinancial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O. 12549, E.O. 12689, 48 CFR 9.404, and each agency's codification of the Common Rule for Nonprocurement suspension and debarment. Consultant's debarment and suspension status will be validated at the System for Award Management at www.sam.govand the State of Florida at http://dms.myflorida.com/business_operations/state_purchasing/vendor information. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352): Consultants who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded up from tier-to-tier-to recipient. DBE Participation The overall goal for the Florida Department of Transportation's (FDOT) Disadvantaged Business Enterprise (DBE) program for FHWA assisted contracts is established on a triennial basis. The overall goal for federal fiscal years 2015 — 2017 has been set at 9.91% race-neutral utilizing the methodologies described in 49 CRF Part 26. This means that the State's goal is to spend at least 9.91% of the federal aid highway dollars with Certified DBE's as prime firms or as sub-consultants/sub- Consultants. Race-neutrality means that the Department has demonstrated that the 9.91% overall goal can be achieved through the normal competitive procurement process without using DBE contract goals. 46 RFP 15-6471 Engineering and Design Services for LAP Funded Projects P a The County encourages DBE firms to compete for County professional services projects, and also encourages non-DBE consultants to use DBE firms as sub-consultants. However, use of DBE sub- consultants is not mandatory and no preference points will be given in the selection process for DBE participation. The CONSULTANT, sub recipient or sub-Consultant shall not discriminate on the basis of race, color, national origin or sex in the performance of this Contract. The CONSULTANT shall carry our applicable requirements of 49 CFR Part 26 in the award and administration of DOT — assisted contracts. Failure of the CONSULTANT to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate. Each subcontract the CONSULTANT or its subs signs in regards to a federal aid project must include the assurance in the above paragraph (see 49 CFR 26.13(b)). The CONSULTANT and its sub- Consultants agree to comply with all applicable federal implementing regulations and other implementing requirements the Federal government may issue. Prohibited Interests "No member, officer, or employee of the County or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." Each subcontract the CONSULTANT or its subs signs in regards to this Contract must include the assurance in the above paragraph. Terms for Federal Aid Contracts The following terms and conditions supersede any terms and conditions under the General Conditions of this contract and/or policy and guidelines of Collier County Government for the purpose of this engagement only. The following terms apply to all contracts in which it is indicated that the services involve the expenditure of federal funds: A. It is understood and agreed that all rights of Collier County relating to inspection, review, approval, patents, copyrights, and audit of the work, tracing, plans, specifications, maps, data, and cost records relating to this Agreement shall also be reserved and held by authorized representatives of the United States of America. B. It is understood and agreed that, in order to permit federal participation, no supplemental agreement of any nature may be entered into by the parties hereto with regard to the work to be performed hereunder without the approval of U.S.Department of Transportation, anything to the contrary in this Agreement notwithstanding. C. Compliance with Regulations: The Consultant shall comply with the Regulations: relative to nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. D. Nondiscrimination: The Consultant, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Consultant r shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 47 RFP 15-6471 Engineering and Design Services for LAP Funded Projects . t 9A c- E. Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Consultant, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. F. Information and Reports: The Consultant will provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by Collier County, Florida Department of Transportation, a Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refuses to furnish this information, the Consultant shall so certify to Collier County, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. G. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this contract, Collier County shall impose such contract sanctions as it or the Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: 1. withholding of payments to the Consultant under the contract until the Consultant complies and/or 2. cancellation, termination or suspension of the contract, in whole or in part. H. Incorporation of Provisions: The Consultant will include the provisions of paragraphs C through I in every subcontract, including procurements of materials and leases of equipment unless exempt by the Regulations, order, or instructions issued pursuant thereto. The Consultant shall take such action with respect to any subcontract or procurement as Collier County, Florida Department of Transportation, Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and/or the Federal Motor Carrier Safety Adminsitration may direct as a means of enforcing such provisions including sanctions for noncompliance. In the event a Consultant becomes involved in, or is threatened with, litigation with a subconsultant or supplier as a result of such direction, the Consultant may request Collier County to enter into such litigation to protect the interests of Collier County and, in addition, the Consultant may request the United States to enter into such litigation to protect the interests of the United States. I. Compliance with Nondiscrimination Statutes and Authorities: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the 48 RFP 15-6471 Engineering and Design Services for LAP Funded Projects h..sy rR; ABa'3hx'' VHCC .. LV}4 Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 -- 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C. 1681 et seq). J. Interest of Members of Congress: No member of or delegate to the Congress of the United States will be admitted to any share or part of this contract or to any benefit arising therefrom. K. Interest of Public Officials: No member, officer, or employee of the public body or of a local public body during his tenure or for one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. L. Participation by Disadvantaged Business Enterprises: The Consultant shall agree to abide by the following statement from 49 CFR 26.13(b). This statement shall be included in all subsequent agreements between the Consultant and any subconsultant or contractor. The Consultant, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by the Consultant to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. M. It is mutually understood and agreed that the willful falsification, distortion or misrepresentation with respect to any facts related to the project(s) described in this Agreement is a violation of the Federal Law. Accordingly, United States Code, Title 18, Section 1020, is hereby incorporated by reference and made a part of this Agreement. N. It is understood and agreed that if the Consultant at any time learns that the certification it provided the County in compliance with 49 CFR, Section 26.51,was erroneous when submitted or has become erroneous by reason of changed circumstances, the Consultant shall provide immediate written notice to the County. It is further agreed that the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" as set forth in 49 CFR, Section 29.510, shall be included by the Consultant in all lower tier covered transactions and in all aforementioned federal regulation. O. Collier County hereby certifies that neither the consultant nor the consultant's representative has been required by the County, directly or indirectly as an express or implied condition in connection with obtaining or carrying out this contract,to: 49 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 I.employ or retain, or agree to employ or retain, any firm or person or 2.pay,or agree to pay,to any firm, person, or organization, any fee, contribution, donation, or consideration of any kind. The County further acknowledges that this agreement will be furnished to a federal agency, in connection with this contract involving participation of Federal-Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. P. The Consultant hereby certifies that it has not: 1.employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above contractor)to solicit or secure this contract; 2.agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this contract; or 3.paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above contractor) any fee contribution, donation, or consideration of any kind for,or in connection with, procuring or carrying out the contract. The consultant further acknowledges that this agreement will be furnished to Collier County, the State of Florida Department of Transportation and a federal agency in connection with this contract involving participation of Federal- Aid funds, and is subject to applicable State and Federal Laws, both criminal and civil. E-Verify All consultants, and their subconsultants, performing work or providing services shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired during the contract term. Public Entity Crimes Statement In accordance with Florida Statutes Sec. 287.133(2)(a), A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide goods/services to a public entity nor be awarded or perform work as a contractor, supplier, subcontractor, or Consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 50 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 1 6 A 2 Exhibit VII Granting Agency Requirements THE FOLLOWING DOCUMENTS SHOULD BE RETURNED WITH SOLICITATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions 2. General Grant Clauses 3. Certification for Disclosure of Lobbying Activities on Federal Aid Contracts 4. Standard Form-LLL, Disclosure of Lobbying Activities Form 5. State Lobbying Form 6. Conflict of Interest Affidavit 7. Collier County DBE Participation Statement 8. Collier County Consultant Bid Opportunity List 9. Drug Free Workplace Certification 10. Truth in Negotiation Certification 51 RFP 15-6471 Engineering and Design Services for LAP Funded Projects 16A2 6 A COLLIER COUNTY Certification Regarding Debarment,Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (I)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Name Project Name Title Project Number Firm Tax ID Number DUNS Number Street Address, City, State, Zip Signature 03/04/2013-(2) 1 1 6 A 2 COLLIER COUNTY General Grant Clauses On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Date Authorized Signature Address Solicitation Contract# COLLIER COUNTY Certification Regarding Lobbying The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 02/15 R3 DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046 (See reverse for public burden disclosure.) 1.Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan year quarter e. loan guarantee date of last report f. loan insurance 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No.4 is a Subawardee, Enter Name ❑ Prime ❑Subawardee and Address of Prime: Tier , if known: Congressional District, if known: 4c Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9.Award Amount, if known: 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, M1): different from No. 10a) (last name, first name, M1): 11,Information requested through this form is authorized by title 31 U.S.C.section Signature: 1352. This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This Print Name: information will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and Title: not more than$100,000 for each such failure. Telephone No.: Date: Federal Use Only: Authorized for Local Reproduction Standard Form LLL(Rev.7-97) u INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing,pursuant to title 31 U.S.C.section 1352.The filing of a form is required for each payment or agreementto make payment to any lobbying entity for influencing or attempting to influence an officer or employeeof any agency,a Member of Congress,an officer or employee of Congress,or an employeeof a Member of Congress in connection with a covered Federal action.Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a followup report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previouslysubmitted report by this reporting entity for this covered Federal action. 4. Enter the full name,address,city,State and zip code of the reporting entity.Include Congressional District,if known.Check the appropriateclassification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier.Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks"Subawardee,"then enter the full name,address, city, State and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment.Include at least one organizationallevel below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1). If known,enter the full Catalog of Federal Domestic Assistance (CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g.,Request for Proposal(RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,'RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a).Enter Last Name,First Name,and Middle Initial(MI). 11. The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed,and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington, DC 20503. I 6 pi 2 COLLIER COUNTY Certification Regarding Lobbying The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No State appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a member of the Legislature, an officer or employee of the judicial branch, or an employee of a State agency in connection with the awarding of any State contract, the making of any State grant, the making of any State loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any State contract, grant, loan, or cooperative agreement. (2) No grantee, nor its persons or affiliates, may employ any person or organization with funds received pursuant to any State agreement for the purpose of lobbying the Legislature, the judicial branch, or a State agency. The purpose of lobbying includes, but is not limited to, salaries, travel expenses and per diem, the cost for advertising, including production costs; postage; entertainment; and telephone and telegraph; and association dues. The provisions of this paragraph supplement the provisions of section 11.062, Florida Statutes, which is incorporated by reference into this solicitation, purchase order or contract. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date 02/15 R3 A t..„, COLLIER COUNTY Vendor Submittal—Conflict of Interest Certification Collier County Solicitation No. , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. A,;.PRIME VENDQR!CoNTRACTORMNSORM TION' ' PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y N CONSTRUCTION? Y N (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y N CONSULTATION? Y N ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? Y N OTHER? Y N SDB 8A? Y N IS THIS SUBMISSION A REVISION? Y N IF YES,REVISION NUMBER #/g-0.� :.,rr ': -� art xa� sa ti, fW �."'; a.m . k7 v..�,lc, t? 3a r at..4 C'�`W ' , B IFP 4, 9 e a r b ki : . a 4,� , „114 !,� E ^r* r. r nes�c ww'r<.ht _. . ea '` a ..� lit'149 ^ts:_ �.� rit DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS TOTALS: ash- 0 5' � u4 s 5h�1'a a".wrs re�z3 ' nn `11.4.w� ,-- v 41,0 aeC .. 43 ..7k .,a � C,cx X� r F4 't,£r¢ ` ,,,7'' tt4T . V NAME OF SUBMITTER DATE TITLE OF SUBMITTER EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER NOTE: This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. ;arm yet, �. f ,z .s„ _ ae,.- .Black American BA Hispanic American HA Native American NA Subcont.Asian American SAA Asian-Pacific American APA , Non-Minority Women NMW '. Other:not of any other group listed`! {I t w ° a, �€ ..s -t.,,,�..w.,.. f ��� c. � .��� b� ,,, d� st .3 , -a-, � i A129 �` ' �te _' a DEPARTMENT NAME COLLIER CONTRACT#(IFB/RFP or PO/REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE 1 $ A2 COLLIER COUNTY GRANT COMPLIANCE FORM BID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES It is the policy of Collier County that disadvantaged businesses and minority vendors,as defined in the Code of Federal Regulations(CFR)or Florida Statutes(FS),must have the opportunity to participate on contracts with federal and/or state grant assistance. Prime Contractor/Prime Consultant: Address and Phone Number: Procurement Number/Advertisement Number: The list below is intended to be a listing of firms that are,or attempting to,participate on the project numbered above. The list must include the firm bidding or quoting as prime,as well as subs and suppliers quoting for participation. Prime contractors and consultants must provide information for Numbers 1,2,3,and 4;and,should provide any information they have for Numbers 5,6,7,and 8. This form must be submitted with the bid package. 1. Federal Tax ID Number: 6.B DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million - 4. Address Between$5-10 million - 7.8 Subcontractor -Between$10-15 million Subconsultant -More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.EDBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million 4. Address Between$5-10 million 7. Subcontractor 8 Subconsultant Between$10 15 million More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.B DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million 4. Address Between$5-10 million 7.B Subcontractor Subconsultant Between$10-15 million More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.BDBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE - Less than$1 million - 3. Phone Number: Between$1-5 million - 4. Address Between$5-10 million 7.8 Subcontractor --Between$10-15 million Subconsultant -More than$15 million 5. Year Firm Established: 1AA COLLIER COUNTY GRANT COMPLIANCE FORM BID OPPORTUNITY LIST FOR COMMODITIES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES Continued 1. Federal Tax ID Number: 6.a DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million 4. Address Between$5-10 million 7. Subcontractor a Subconsultant Between$10-15 million More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.8 DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million 4. Address Between$5-10 million 7. Subcontractor a Subconsultant Between$10-15 million More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.8 DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE Less than$1 million 3. Phone Number: Between$1-5 million 4. Address Between$5-10 million 7. Subcontractor 8 Subconsultant Between$10-15 million More than$15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6.E DBE 8. Annual Gross Receipts 2. Firm Name: C Non-DBE Less than$1 million 3. Phone Number: -Between$1-5 million 4. Address Between$5-10 million - 7.8 Subcontractor Between$10-15 million - Subconsultant More than$15 million - 5. Year Firm Established: 1. Federal Tax ID Number: 6.8 DBE 8. Annual Gross Receipts 2. Firm Name: Non-DBE -Less than$1 million 3. Phone Number: _Between$1-5 million 4. Address Between$5-10 million - 7.8 Subcontractor Between$10-15 million - Subconsultant More than$15 million -_ 5. Year Firm Established: 1 A / COLLIER COUNTY Certification Regarding Drug-Free Workplace Requirements The grantee certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug-free awareness program to inform employees about—(1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation and employee assistance programs, and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after each conviction; (e) Notifying the agency within ten days after receiving notice under subparagraph (d)(2) from an employee or otherwise receiving actual notice of such conviction; (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted— (1) Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). Certifying Official Name Title Signature Date STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT 10/01 For any lump-sum or cost-plus-a-fixed-fee professional service agreement over$60,000 the Florida Department of Transportation (Department) requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal. The Consultant hereby certifies, covenants and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement will be accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such agreement adjustments shall be made within one(1)year following the end of the agreement. For purpose of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department,whichever is later. Name of Consultant By: Authorized Signature Date EXHIBIT VIII LAP FUNDED PROJECT LIST (List is not all inclusive and are potential projects, but work not guaranteed) r. .».z i ,- y �dw4 Y,Tip t a x s 'r `;,. .tea, ��s.,R� .a�� ,.,.,�. _, .,� _ ... . 4175405 SR 29 FROM CR 846(AIRPORT RD)TO N. OF NEW MARKET ADD LANES& RECONSTRUCT ROAD N. 4175407 SR 29 FROM FIRST STREET TO NINTH STREET ADD LANES& RECONSTRUCT 433175 SR 82 (IMMOKALEE RD)AT CR 850(CORKSCREW RD) ADD TURN LANES(S) 433176 PINE RIDGE RD AT VARIOUS LOCATIONS ADD TURN LANES(S) 433177 CR 886(GOLDEN GATE)AT LIVINGSTON RD ADD TURN LANES(S) 434990 GOLDEN GATE VARIOUS LOCATIONS SIDEWALK 435029 US 41 FROM CR 846(111TH AVE)TO n OF 91ST AVE SIDEWALK 435030 SUNSHINE BLVD FROM 17TH AVE SW TO GREEN BLVD SIDEWALK GOLDEN GATE COLLECTOR SIDEWALKS VARIOUS 435116 LOCATIONS SIDEWALK 435117 NORTH NAPLES SIDEWALKS AT VARIOUS LOCATIONS SIDEWALK 435118 CR 862 (VANDERBILT) FROM CR 901 TO GULF PAVILION DR BIKE LANE/SIDEWALK 49TH TERRACE SW FROM 20TH PLACE SW TO 19TH PLACE 435119 SW SIDEWALK 52 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Co ';! '' 1nty Email: BrendaBrilhart@colliergov.net ,wmy Telephone: (239)252-8446 A,dn nistrafve Services Division FAX: (239) 252-6697 Purchasing. ADDENDUM #1 Memorandum Date: March 28, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: To be considered for award, the firm(s) submitting as the prime Consultant must, at a minimum, be pre-qualified through the Florida Department of Transportation (hereinafter, "FDOT") in the following work groups per Category: • 3.1 Minor Highway Design To be considered for award, the firm(s) submitting as the prime Consultant or their subconsultants must, at a minimum, be pre-qualified through the Florida Department of Transportation (hereinafter, "FDOT") in the following work groups per Category: • 3.1 Minor Highway Design • 4.1.1 Miscellaneous Structures • 7.1 Signing, Pavement Marking, and Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way, and Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing Note: Language deleted has been etruck through. New language has been underlined. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 1 6 A ? Cotter County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 M i Seces rvi on FAX: (239)252-6697 Purchasing. ADDENDUM #2 Memorandum Date: April 8, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. April 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager 1 t it, Co ler Comity Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #3 Memorandum Date: April 12, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. April 25, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 Co lit ,. County Email: BrendaBrilhart@colliergov.net � �,.. . Telephone: (239)252-8446 Adrnnnistrative Services Divisionu FAX: (239)252-6697 Purchasing ADDENDUM #4 Memorandum Date: April 20, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. May 5, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 1 6 A ? Cotar County Email: BrendaBrilhart@colliergov.net _„ ...�. .... . Telephone: (239)252-8446 Adrenistrative Services Division FAX: (239)252-6697 Purcha ADDENDUM #5 Memorandum Date: May 2, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#5: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on May 31, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 16A2 Co .r Comity Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Adrmistrative Sufic Division FAX: (239)252-6697 Purchasing. ADDENDUM #6 Memorandum Date: May 23, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #6: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on June 15, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager 1 I Co ier County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 Adnnit i.e,r vision FAX: (239)252-6697 Purchasing ADDENDUM #7 Memorandum Date: June 7, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #7: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on July 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager 1 1 6 A 2 l „ County Email: BrendaBrilhart@colliergov.net Telephone: (239)252-8446 AcInInistrative Servtces Cwtsion FAX: (239)252-6697 Purchasing ADDENDUM #8 Memorandum Date: July 13, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #8: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on July 28, 2016. Note: any additions are underlined and language removed is struck-thug-14. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 1 6 A 2 tz, Co ,,,, Co1y Email: BrendaBrilhart@colliergov.net � . .., Telephone: (239)252-8446 Aclainistrative prices Division FAX: (239)252-6697 Purchasing ADDENDUM #9 Memorandum Date: July 21, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #9: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on August 17, 2016. Note: any additions are underlined and language removed is struck through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 1 6 A 2 co ler County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Adrranistrative Svl ... Division FAX: (239)252-6697 Purchasing ADDENDUM#10 Memorandum Date: August 15, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #10: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on August 31, 2016. Note: any additions are underlined and language removed is struck through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 iit Co ,,, County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Acirnmistrathee Division FAX: (239)252-6697 Purchasing ADDENDUM #11 Memorandum Date: August 26, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #11: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on September 14, 2016. Note: any additions are underlined and language removed is struck through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager 1 ti ler County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Divi FAX: (239)252-6697 Purchasing ADDENDUM#12 Memorandum Date: September 13, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum#12: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on September 28, 2016. Note: any additions are underlined and language removed is Neagh. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager 1 1 6 A2 I., Co ier 9niiuy Email: BrendaBrilhart@colliergov.net . • Telephone: (239)252-8446 Administ e Services tension FAX: (23 9)252-6697 Purchasing ADDENDUM #13 Memorandum Date: September 14, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #13: RFP 15-6471 Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: REPLACE/ADD with attached forms: • Updated Truth in Negotiations Certification 375-030-30 • Updated Certification Regarding Debarment 375-030-32 • Certification for Disclosure of Lobbying Activities on Federal Aid Contracts form 375-030-33 • Disclosure of Lobbying Activities 375-030-34 • Replace Conflict of Interest Statement (2/16 revision) 375-030-50 • Bid Opportunity list. CHANGE: • DBE Participation Statement and Bid Opportunity List must be submitted on line thorough the Departments EOC system. • Update all solicitation titles and footnotes to read: RFP 15-6471 Engineering and Design Services for LAP Funded Projects. • Page 4: Clarifying the number of consultants to be awarded via this RFP. i. Exhibit 4, (page 4) 1. The first paragraph implies one contract will be awarded from this solicitation. 2. Third paragraph provides instructions for how the County will award task work orders to multiple firms. (page 4) Each assigned Task Work Order will provide a detailed Scope of Service, including project deliverables, and the time duration to complete the work. Task Work Orders will be assigned to the selected firm - _ - - _ - e- . - . • • _ - -• - •e e- - - -- requested, proximity to the project location or staffing availability at the time of the request. 3. Fifth paragraph "Detail Scope of Work" change to "one contract will be awarded". ii. Exhibit V, (page 31) 1 1 6 A 2 • Page 4: Brief Description of Purchase The Growth Management Division is seeking professional design services for Local Agency Program (LAP) federal aid projects. A list of these potential public works is attached as Exhibit VIII. The anticipated annual expenditures on these services will vary upon project design completion. The contract is limited to $1,500,000. • Page 4: Detailed Scope of Work—See Exhibit V The FDOT Local Agency Program (LAP), administered at the FDOT district level, is the mechanism used to complete prioritized projects from FDOT's Five-Year Work Program (list of projects in Exhibit VIII). The projects include sidewalks, intersection improvements, median alterations, pedestrian pathways, etc. It is the intent of the County to award more than to one contract for Engineering & Design Services. • Page 5 Contract Payment - Contract work will be distributed and initiated with a Work Order. Purchase Orders will generally be issued as lump sum for design-related services and time and materials for post-design services, with a not to exceed price. • Page 9, #8 (i): The Selection Committee will rank at a minimum three (3) qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. • Page 9, #8 Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) seven (7) working days prior to the meeting. • Page 10. #10 Proposal Selection Committee and Evaluation Factors Regarding Tie-breaker: All Committee members are encouraged to break any tied scores at the table prior to arriving at consensus. In the event this cannot be accomplished, the facilitator will revert to breaking the tie based on the evaluation criteria • Page 15: # 2: ' • - -- --- - ---and agrees to the successful vendor extending the pricing, terms and conditions of this successful vendor. • Page 15 #4: Use of Subcontractors: Bidders on any service related project, including amount for said work; or as otherwise approved by the County's project manager prior to the execution of the work. • Page 16 #6: Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000 (All Federal-Aid awards will be evaluated regardless of contract value). To this end, vendors will be evaluated on their performance upon each milestone completion/termination of this Agreement. • Page 15 #7: Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Ordinance. Proposed services must meet the original scope of work type/general scope as advertised in the solicitation. 2 4 ,-, ri • Page 16 #7: The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: installation price per ton, delivery price per package er caftan, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification fequifed). • Page 16#8: Work Orders on Fixed Term Contracts The County reserves the right to order such services from the selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. • Page 16 # 8: Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended (with FDOT prior approval) as necessary until completion of such project. • Page 17: • • - - --. •- - -- ------- - --• -- - - - - - - - - -- e- •- limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract • Page 19,#20: Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub-consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub-consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. • Collier County Government staff members are not to be contacted for references. On page 38, replace with the following: 8.3.21 Plan sets: A. Cover/Key Sheet B. General Notes C. Summary of Pay Items D. Drainage Maps (1"=200' maximum scale, with contours) E. Typical Sections F. Summary of Quantities G. Summary of Drainage Structures(Includes invert elevations) H. Project Layout I. Plan & Profiles (1" = 20' maximum scale) J. Driveway Profiles (1"=10' maximum scale, H&V) K. Special Profiles (if necessary) L. Intersection Layouts (1"= 10' maximum scale) M. Drainage Detail Sheets N. Drainage Structure Cross Section 3 16A2 0. Erosion Control Sheets(per NPDES) P. Soils Survey Data Sheets Q. Signing and Pavement Marking Plans R. Signalization Modification Plans S. Cross Sections Sheets (scale 1"=2' or 5' by 1"=10, 20', 40', 50') T. Traffic Control Data Sheet U. Utility Adjustment Sheets (if necessary) V. Construction Standards& Details 8.3.3 Design Documentation Report: Technical criteria, strategic decisions, project influences and processes employed in the execution of project design and plans preparation are to be memorialized in a bound document submitted to the COUNTY and FDOT. The purpose is to provide a chronicle of the strategies, decision and events that lead to the preparation of the final construction documents. At a minimum, the CONSULTANT is to provide the following documentation: 8.3.3.5. Engineer's Estimate of Probable Construction Costs and Quantity Computation The CONSULTANT will prepare preliminary estimates of probable construction costs with unit prices based on current FDOT estimates and pay items. Pay items shall match both FDOT pay item numbers and descriptions. Any special (non-FDOT) pay item numbers and descriptions shall be approved by the COUNTY. 10.4 Non-responsive Utility Owners The COUNTY shall be notified of any utility owner failing to respond to requests for design coordination bythe CONSULTANT prior to the issuance of 100% plans. 12.0 60% Design Documents Submission (2 week COUNTY review / 3-4 week FDOT review) G. CADD files in either Microstation V8 or Autocad format. 12.1 90% phase submittals will be provided to the County. 12.2 100% Design Documents Submission (2 week COUNTY review /3-4 week FDOT review) J. Documented responses to 60% review comments L. CADD files in either Microstation V8 or Autocad format. 12.3 Final Deliverables (after COUNTY and FDOT have approved 100% plans) E. CADD files in either Microstation V8 or Autocad format. F. Documented responses to 100% review comments 12.4 General Phase Submission Comments All plan submittals will be printed to scale(or half-size) on 11" x 17" plan sheets. 4 Fa° J' A �r Li # $ 5 Additional Comments -- Contract Review Notes: a. Article 5.2 (Page 10) i. Per 23 CFR hourly rates should not be used in design. However,the method is acceptable for specialty services in support of design (i.e. survey, geotech work). b. Article 5.5 (Page 11) i. The contract indicates that there would bc a max. 5% mark up for sub consultant work. In order for those costs to bc eligible, the consultant and agency would need to prime's effort, but there can be a ncgoti.ated amount of hours (i.e. for the prime's quality control of Note: any additions are underlined and language removed is str-dsk-through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager Enc: 6 5 u EXHIBIT II Consultant's Proposal (following this page) Exhibit II Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. Contract#15-6471 "Engineering & Design Services for LAP Funded Projects" FIXED TERM CONTRACT FOR PROFESSIONAL SERVICES [GRANT FUNDED] THIS AGREEMENT is made and entered into this„ ''day of " Yo'(CA 2017, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Johnson Engineering, Inc., authorized to do business in the State of Florida, whose business address is 2122 Johnson Street, Fort Myers, Florida 33901 (hereinafter referred to as the "CONSULTANT". WITNESSETH: WHEREAS, it is in the best interests of OWNER to be able to obtain professional CONSULTANT Design Services expeditiously when a need arises in connection with a Collier County project; and WHEREAS, Section 287.055, Florida Statutes (Consultant's Competitive Negotiation Act), makes provisions for a fixed term contract with a firm to provide professional services to a political subdivision, such as the County; and WHEREAS, OWNER has selected CONSULTANT in accordance with the provisions of Section 287.055, Florida Statutes, to provide professional design services on a fixed term basis as directed by OWNER for such projects and tasks as may be required from time to time by OWNER. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE 1 CONSULTANT'S RESPONSIBILITY 1.1 From time to time upon the written request or direction of OWNER as hereinafter provided, CONSULTANT shall provide to OWNER professional engineering services (hereinafter the Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1 6 2 A "Services") as herein set forth. The term "Services" includes all Additional Services authorized by written Amendment or Change Order as hereafter provided. 1.2 All Services to be performed by CONSULTANT pursuant to this Agreement shall be in conformance with the scope of services, which shall be described in a Work Order issued pursuant to the procedures described herein. The form of the Work Order shall include the attached Schedule A and will be issued a lump sum, not to exceed price. Reference to the term "Work Order" herein, with respect to authorization of Services, includes all written Work Order Modifications or Amendments to any particular Work Order. CONSULTANT acknowledges and agrees that each individual Work Order shall not exceed $200,000 unless otherwise approved in writing by the Board of County Commissioners. This Agreement is limited to the total expenditures of $1,500,000 for the entire term of the contract. 1.2.1 All Services must be authorized in writing by OWNER in the form of a Work Order. CONSULTANT shall not provide any Services to OWNER unless and to the extent they are required in a written Work Order. Any Services provided by CONSULTANT without a written Work Order shall be at CONSULTANT'S own risk and OWNER shall have no liability for such Services. 1.2.2 As OWNER identifies certain Services it wishes CONSULTANT to provide pursuant to the terms of this Agreement, OWNER shall request a proposal from CONSULTANT for such Services, said proposal to be in compliance with the terms of this Agreement. If the parties reach an agreement with respect to such Services, including, but not limited to the scope, compensation and schedule for performance of those Services, a Work Order shall be issued which incorporates the terms of the understanding reached by the parties with respect to such Services. 2 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. h. 1.2.3 Upon issuance of a Work Order as aforesaid, CONSULTANT agrees to promptly provide the Services required thereby, in accordance with the terms of this Agreement and the subject Work Order. 1.2.4 It is mutually understood and agreed that the nature, amount and frequency of the Services shall be determined solely by OWNER and that OWNER does not represent or guarantee unto CONSULTANT that any specific amount of Services will be requested or required of CONSULTANT pursuant to this Agreement. 1.2.5 CONSULTANT shall have no authority to act as the agent of OWNER under this Agreement or any Work Order, or to obligate OWNER in any manner or way. 1.2.6 All duly executed Work Orders (including all written modifications or Changes thereto) are hereby incorporated into and made a part of this Agreement by reference. 1.3 The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional Services to be provided and performed by the CONSULTANT pursuant to this Agreement. The CONSULTANT agrees that, when the Services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such Services, it shall employ and/or retain only qualified personnel to provide such Services to OWNER. 1.4 CONSULTANT hereby designates Ryan Bell, PE, PTOE, as its Principal in Charge (hereinafter referred to as the "Principal in Charge") with full authority to bind and obligate CONSULTANT on all matters arising out of or relating to this Agreement. For each Work Order 3 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1 6 A 2 CONSULTANT will designate a qualified licensed professional to serve as CONSULTANT'S project coordinator for the Services to be provided under that Work Order (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the Services to be provided and performed under the Work Order. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to the Work Order. The CONSULTANT agrees that the Principal in Charge and the Project Coordinators shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT under the Work Order. CONSULTANT further agrees that the Principal in Charge and Project Coordinators shall not be removed by CONSULTANT without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.5 CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from OWNER to promptly remove and replace the Principal in Charge or any Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform any of the Services pursuant to the requirements of this Agreement or any applicable Work Order, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.6 The CONSULTANT represents to the OWNER that it has expertise and experience in the type of professional engineering services that will be required under this Agreement. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public 4 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. Ai Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The CONSULTANT must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the CONSULTANT does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the CONSULTANT or keep and maintain public records required by the public agency to perform the service. If the Consultant transfers all public records to the public agency upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONSULTANT keeps and maintains public records upon completion of the contract, the CONSULTANT shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public 5 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. s agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of any design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful completion of the Services required under the subject Work Order. 1.6.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.7 CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 6 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. 1.8 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCad Digital Exchange File (DXF) format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE 2 ADDITIONAL SERVICES OF CONSULTANT 2.1 If authorized in writing by Owner through a written Work Order Modification or modification to a Work Order, CONSULTANT shall furnish or obtain from others Additional Services beyond those Services originally authorized in the Work Order. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Work Order Modification or authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Work Order Modification or Amendment to the subject Work Order prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Services originally required of CONSULTANT under the subject Work Order. 2.2 If OWNER determines that a change in a Work Order is required because of the action taken by CONSULTANT in response to an emergency, a modification shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, 7 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. 1 $ A2 waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under the subject Work Order. ARTICLE 3 OWNER'S RESPONSIBILITIES 3.1 For each Work Order, OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the Services to be rendered under the Work Order (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S Services under the Work Order. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: 3.1.1 The scope of Services to be provided and performed by the CONSULTANT as set forth in the Work Order; 3.1.2 The time the CONSULTANT is obligated to commence and complete all such Services as set forth in the Work Order; or 3.1.3 The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT as set forth in the Work Order. 3.2 The Project Manager shall: 3.2.1 Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; 3.2.2 Provide all criteria and information requested by CONSULTANT as to OWNER'S requirements for the Services specified in the Work Order, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; 3.2.3 Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Services specified in the Work Order, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the subject Work Order; 3.2.4 Arrange for access to and make all provisions for CONSULTANT to enter the site (if any) set forth in the Work Order to perform the Services to be provided by CONSULTANT under the subject Work Order; and 8 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. { ,.. lu,4ti a y ilwr 3.2.5 Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the Services to be rendered by CONSULTANT hereunder. ARTICLE 4 TIME 4.1 Each Work Order will have a time schedule ("Schedule") for the performance of the Services required under the subject Work Order. Said Schedule shall be in a form and content satisfactory to OWNER. Services to be rendered by CONSULTANT shall be commenced, performed and completed in accordance with the Work Order and the Schedule. Time is of the essence with respect to the performance of the Services under each Work Order. 4.2 Should CONSULTANT be obstructed or delayed in the prosecution or completion of the Services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3 Unless otherwise expressly provided in the Work Order, no interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S Services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to the Schedule; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. 4.4 Should the CONSULTANT fail to commence, provide, perform or complete any of the Services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT under this Agreement (including any and all Work 9 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. Orders) until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER'S satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under any particular Work Order or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. 4.6 The period of service shall be from the date of execution of this Agreement through two (2) year from that date, or until such time as all outstanding Work Orders issued prior to the expiration of the Agreement period have been completed. This Agreement may be renewed for an additional three (3) one (1) year terms, renewable annually. Any such annual renewal shall be agreed to, in writing, by both parties. ARTICLE 5 COMPENSATION 5.1 Lump Sum compensation and the manner of payment of such compensation by the OWNER for Services rendered hereunder by CONSULTANT shall be as prescribed in each Work Order. CONSULTANT agrees to furnish to OWNER, after the end of each calendar month, or as specified in the Work Order, a statement of charges for the Services performed and rendered by CONSULTANT during that time period, and for any OWNER authorized reimbursable expenses as herein below defined, incurred and/or paid by CONSULTANT during that time period. The monthly statement shall be in such form and supported by such documentation as may be required by OWNER. All such statements shall be on CONSULTANT'S letterhead and shall indicate the Agreement Number, Work Order Number, Purchase Order Number and Project Site description (if any). 5.2 Lump Sum (Fixed Price - with a not to exceed lump sum): A firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 10 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. The hourly rates as set forth and identified in Schedule B, which is attached hereto, are to used only for negotiation, as required by the grantor agency, however is not to be constructed as time and material, or as a requirement for backup documentation to lump sum proposals, work orders, and subsequent invoice. The hourly rate schedule may be updated by mutual agreement on an annual basis after the initial term, in conjunction with the annual renewal of this Agreement provided for in paragraph 4.6 above, as directed by OWNER. 5.2.1 OWNER agrees to reimburse CONSULTANT for all necessary and reasonable reimbursable expenses incurred or paid by CONSULTANT in connection with CONSULTANT'S performance of the Services, at its direct cost with no markup; to the extent such reimbursement is permitted in the Work Order and in accordance with Section 112.061, F.S., or as set forth below. 5.2.2 Reimbursable expenses shall be invoiced for the expenditures incurred by the CONSULTANT as follows: 5.2.2.1. Expenses of transportation and living when traveling in connection with each Work Order, except for local travel within Collier or Lee Counties, as provided in Section 112.061, F.S., and all Contract-related mileage for trips that are from/to destinations outside of Collier or Lee Counties approved by OWNER. 5.2.2.2. Expenses for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications, including duplicate sets at the completion of each Work Order for the OWNER'S review and approval. 5.2.2.3. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. 5.2.2.4. Expense of models for the OWNER'S use. 5.2.2.5. Fees paid for securing approval of authorities having jurisdiction over the Work Order required under the applicable Work Order. 5.2.2.6. Other items on request and approved in writing by the OWNER. 11 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1642 5.2.3 CONSULTANT shall obtain the prior written approval of OWNER before incurring any of the aforesaid reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. 5.3 CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. Established overhead and indirect rates will be capped. 5.4 Prior to issuing any Work Order pursuant to this Agreement, OWNER may request that CONSULTANT in writing advise OWNER of (i) the estimated time of CONSULTANT'S personnel and the estimated fees thereof for the proposed work to be specified in the Work Order; and (ii) the estimated charge to OWNER for the reimbursable expenses applicable to the contemplated Services to be performed by CONSULTANT under the proposed Work Order. CONSULTANT shall promptly supply such estimate to OWNER based on CONSULTANT'S good faith analysis. 5.5 CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT on any particular Work Order, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. 5.6 Payments for Basic Services and Additional Basic Services as set forth herein or the Work Order shall be made upon presentation of the CONSULTANT'S itemized invoice approved by OWNER. 5.6.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 5.7 Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. ARTICLE 6 OWNERSHIP OF DOCUMENTS 12 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. 1 6 A 2 6.1 Upon the completion or termination of each Work Order, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, Auto CADD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under the applicable Work Order ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2 Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use with respect to the applicable authorized project or task. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the subject project or task following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the subject project or task. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE 7 MAINTENANCE OF RECORDS 7.1 CONSULTANT will keep adequate records and supporting documentation which concern or reflect the Services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Work Order is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. 13 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1 6 A 2 7.2 The records specified above in paragraph 7.1 include accurate time records, which CONSULTANT agrees to keep and maintain, from day to day, showing the time expended by each principal and employee of CONSULTANT in performing the Services and therein specifying the services performed by each, with all such time records to be kept within one-half of an hour. At the request of OWNER, or as specified in the Work Order, CONSULTANT shall furnish to OWNER any of the aforesaid time records, as well as invoices or proofs showing CONSULTANT'S incurrence and/or payment of any reimbursable expenses. ARTICLE 8 INDEMNIFICATION 8.1 To the maximum extent permitted by law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. ARTICLE 9 INSURANCE 9.1 CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts described herein and further set forth in Schedule C to this Agreement. 9.2 All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3 All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1 All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, 14 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. f. L as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2 Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3 All insurance coverages of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER. 9.3.4 The Certificates of Insurance, which are to be provided in an Occurrence Form patterned after the current I.S.O. form with no limiting endorsements, must reference and identify this Agreement. 9.3.5 All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4 CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5 All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1 The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2 The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. 15 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. ARTICLE 10 SERVICES BY CONSULTANT'S OWN STAFF 10.1 The Services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2 Attached to each Work Order shall be a Schedule that lists all of the key personnel CONSULTANT intends to assign to perform the Services required under that Work Order. Such personnel shall be committed to the project or task specified in the Work Order in accordance with the percentages noted in the attached Schedule. CONSULTANT shall also identify in that Schedule each subconsultant and subcontractor it intends to utilize with respect to the subject Work Order. All personnel, subconsultants and subcontractors identified in the Schedule shall not be removed or replaced without OWNER'S prior written consent. 10.3 CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement and any subsequently issued Work Order, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement and any subsequently issued Work Order, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement, and any subsequently issued Work Order, with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub-subcontractors. 10.4 CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each 16 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. ex F contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. ARTICLE 11 WAIVER OF CLAIMS 11.1 CONSULTANT'S acceptance of final payment for Services provide under any Work Order shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of the Work Order or otherwise related to those Services, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT in its final invoice for the subject Work Order as unsettled. Neither the acceptance of CONSULTANT'S Services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE 12 TERMINATION OR SUSPENSION 12.1 This Agreement is a fixed term contract for the professional services of CONSULTANT. It is agreed that either party hereto shall at any and all times have the right and option to terminate this Agreement by giving to the other party not less than thirty (30) days prior written notice of such termination. Upon this Agreement being so terminated by either party hereto, neither party hereto shall have any further rights or obligations under this Agreement subsequent to the date of termination, except that Services specified to be performed under a previously issued Work Order, shall proceed to completion under the terms of this Agreement. 12.2 CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement and any Work Orders in effect, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin Services under any particular Work Order within the times specified under that Work Order, or (b) CONSULTANT'S failure to properly and timely perform the Services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other 17 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement and any Work Orders in effect, or (f) for any other just cause. The OWNER may so terminate this Agreement and any Work Orders in effect, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.3 If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.2, then the notice of termination given pursuant to paragraph 12.2 shall be deemed to be the notice of termination provided for in paragraph 12.4, below, and CONSULTANT'S remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.4 below. 12.4 Notwithstanding anything herein to the contrary (including the provisions of paragraph 12.1 above), OWNER shall have the right to terminate this Agreement and any Work Orders in effect, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, for any Work Orders so cancelled, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on Services not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.5 Upon termination and as directed by OWNER, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control arising out of or relating to this Agreement or any Work Orders. 12.6 The OWNER shall have the power to suspend all or any portions of the Services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the Services to be rendered hereunder are so 18 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. A suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.7 In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty- five (45) days after such payment is due as set forth in the Work Order or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement or subsequently issued Work Order, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under the subject Work Order until such default is cured, after giving OWNER a second fourteen (14) days written notice of CONSULTANT'S intention to stop performance under the applicable Work Order. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate the subject Work Order by giving written notice to OWNER of CONSULTANT'S intent to terminate that Work Order. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the subject Work Order and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE 13 TRUTH IN NEGOTIATION REPRESENTATIONS 13.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement or any subsequent Work Order. 13.2 In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated 19 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 16A2 6 A 2 . herein as Schedule D, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement and each subsequent Work Order issued hereafter, if any, are accurate, complete and current at the time of the Agreement or such subsequent Work Order. The CONSULTANT agrees that the original price as set forth in each subsequent issued Work Order, if any, and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the price as set forth in the Work Order was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of the subject Work Order. ARTICLE 14 CONFLICT OF INTEREST 14.1 CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of Services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those Services. ARTICLE 15 MODIFICATION 15.1 No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE 16 NOTICES AND ADDRESS OF RECORD 16.1 All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Growth Management Department Transportation Engineering Division 2885 South Horseshoe Drive Attention: Mark McCleary, P.E., P.S.M., Principal Project Manager Telephone: 239-252-8442 markmccleary(a�col liergov.net 20 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. � , 16.2 All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: Johnson Engineering, Inc. 2350 Stanford Court Naples, Florida 34112 Telephone: 239-434-0333 Fax: 239-434-9320 Attn: Ryan Bell, PE, PTOE, Director of Transportation 16.3 Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE 17 MISCELLANEOUS 17.1 CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2 No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3 This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4 Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5 The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6 This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior 21 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7 Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. Further, The CONSULTANT agrees that any Work Order that extends beyond the expiration date of this Agreement will survive and remain subject to the terms and conditions of this Agreement until the completion or termination of the Work Order. An extension must be pre-approved by the granting agency. 17.8 This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9 The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A WORK ORDER FORM Schedule B RATE SCHEDULE Schedule C INSURANCE COVERAGE Schedule D TRUTH IN NEGOTIATION CERTIFICATE Exhibit I RFP # 15-6471 including Scope of Services, Terms and Conditions, Grant Provisions Exhibit II Consultant's Proposal 17.10 In the event of any conflict between or among the terms of any of the Contract Documents and/or the County's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Consultant at Owner's discretion. 22 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 3 !a 2 ARTICLE 18 APPLICABLE LAW 18.1 This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to Services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 19 SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule D. CONSULTANT'S compensation as set forth in each subsequently issued Work Order, if any, shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2 By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, 23 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. t P Y hwv subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE 20 DISPUTE RESOLUTION 20.1 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1 By executing and entering into this agreement, the Consultant is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 24 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for professional Design Services the day and year first written above. Consultant's Witnesses: Johnson Engineering, Inc. ,y1.,..), .d.v.ri ao444.1h_ii_ /IAI) 1 / By: '/ Witness � � JE,u")1r2 0- V j Prt J, A-Din i A 1 STRATA(E ,4-SS,S 779'"r Michael S. Dickey,Vice President Name and Title Name and Title (411 49114....".._ Witness LaM italvnes- -Watispor-Icalichel Name and Title ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Dwig . Brock, Cl1 Ly: Date: LI N. By: //iiI .ii Atte3t as fCh . � an's -enny TaylI airma de Signature aily Appr ved as to Fo an Legality: ,.?-7(-- i i,„........., Depu County Attorney Ld�� �-PA_G/..„ item# l (0& Print Name Agenda 1*.it,Date Date tijS1 1 1" ' Reed __ __.f ;.10,. D',4;,ty clerk 25 C.1.3)1 Contract#15-6471"Engineering&Design Services for LAP Funded Projects" 47,'‘'Nt Johnson Engineering,Inc. 16A2 6 A SCHEDULE A WORK ORDER FORM WORK ORDER# Agreement for Design Services for LAP Funded Project Dated: , 20_(RFP 15-6471) This Work Order is for professional Impact Description services for work known as: Project Name: Project No: The work is specified in the proposal dated , 20_which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, Work Order# is assigned to: Johnson Engineering, Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I - * Task II - * Task III Schedule of Work: Complete work within days from the date of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with the following method(s): Negotiated Lump Sum (NLS) Lump Sum Plus Reimbursable Costs (LSPRC) Time & Material (T&M) (established hourly rate—Schedule A) Cost Plus Fixed Fee (CPFF), as provided in the attached proposal. (define which method will be used for which tasks) Task I $ ( ) Task II $ ( ) Task III $ ( ) ( ) TOTAL FEE $ Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule"B" of the Master Agreement# 15-6471. Name of Project Manager, Project Manager Date Firm Name Date A-1 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. it 16 .A2 2 SCHEDULE B RATE SCHEDULE TITLE STANDARD HOURLY RATE Principal $206.00 Senior Project Manager $172.00 Project Manager $147.00 Senior Engineer $157.00 Engineer $123.00 Senior Inspector $96.00 Inspector $76.00 Senior Planner $139.00 Planner $110.00 Senior Designer $114.00 Designer $94.00 Environmental Specialist $109.00 Senior Environmental Specialist $134.00 Scientist/Geologist $93.00 Senior Scientist/Geologist $118.00 Marine Biologist/Hydrogeologist $110.00 Senior Marine Biologist/Hydrogeologist $138.00 Senior GIS Specialist $139.00 GIS Specialist $102.00 Clerical/Administrative $62.00 Senior Technician $85.00 Technician $72.00 Surveyor& Mapper $120.00 CADD Technician $81.00 Survey Crew—2 Man $130.00 Survey Crew—3 Man $161.00 Survey Crew—4 Man $189.00 Senior Architect $154.00 Architect $121.00 Established overhead and indirect rates will not be capped. These hourly rates are to be used for negotiation purposes only, as required by the grantor agency, however it is not to be constructed as time and material, or as a requirement for backup documentation for lump sum proposals, work orders, and subsequent invoices. This list is not intended be all inclusive. Hourly rates for other categories of professionals, subcontractors, support and other services shall be mutually negotiated by Collier County and firm on a project by project basis as needed. END OF SCHEDULE B B-1 �, Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1642 SCHEDULE C INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the Services until the date of completion of all Services required hereunder or as specified in this Agreement, whichever is longer. (4) Simultaneously with the execution and delivery of this Agreement by CONSULTANT, CONSULTANT has delivered properly executed Certificates of insurance (3 copies) acceptable to the OWNER evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by c-1 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" (4(';' Johnson Engineering,Inc. "�•�'' 1 6 A 2 CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Agreement. (6) The acceptance by OWNER of any Certificate of Insurance pursuant to the terms of this Agreement does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement and any Work Orders issued pursuant to the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the Services required hereunder or termination of the Agreement or any Work Order, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) C-2 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 1 6 A e business days after the renewal of the policy(ies). Failure of the CONSULTANT to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement or any subsequently issued Work Order for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) X $500,000 Each Accident $500,000 Disease Aggregate $500,000 Disease Each Employee (10) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: C-3 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. 1 X Single Limit per Occurance $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 (11) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his designee. (12) The OWNER, Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (13) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable (14) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable x Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? _X_Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than C-4 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. rpt,) 1 6 A 2 X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (15) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: _X_ $1,000,000 each claim and in the aggregate Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (16) The CONSULTANT shall continue this coverage for a period of not less than five (5) years following completion of all Services authorized under this Agreement. (17) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER under this Agreement, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in C-5 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. 16A2 limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (2) In the sole discretion of the County, on a work order by work order basis, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (3) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs C-6 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" � Johnson Engineering, Inc. "� during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (18) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (19) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. C-7 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 16A2 SCHEDULE D TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Johnson Engineering, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning professional Design Services are accurate, complete and current as of the time of contracting. Johnson Engineering, Inc. BY: TITLE: DATE: D-1 Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering, Inc. �:�, : U Loa EXHIBIT I RFP 15-6471 Design Services for LAP Funded Projects (following this page) Exhibit I Contract#15-6471 "Engineering&Design Services for LAP Funded Projects" Johnson Engineering,Inc. 16A2 11 „,,, . _ . -.— a — Proposal to Provide :-.4'.4,-*7:7.:',7_ .=1 i / I _ 1 m �_ j iit i,,„,..,:_1: 9tN. ; ii' 11--- '1' \'''.1 ' i 1 trissk,i J i /r isiw 10 ' l'ilh Ole. i I } RFP #15-6471 September 28,MEER 1-44 Table of Contents I: Cover Letter/Management Summary II: Business Plan Proposed Design Team 2 Organizational Chart 3 Quality Control 3 Plan of Approach 4 Comprehensive LAP Project Design 5 Bid Assistance and Post Design 6 Sample Report III: Experience& Capacity of Firm Company Overview 7 Subconsultants 8 Capabilities Summary 9 Capacity&Financial Strength 10 Abilities,Skills&Experience I 0 Completed Team Projects 12 Current Transportation Projects 13 IV: Specialized Expertise of Team Members Key Personnel Resumes 14 Team Bios 18 Subconsultant Letters of Intent 21 V: References Attachment 8:Reference Questionnaire 25 VI: Acceptance of Conditions 30 VII: Required Form Submittals Attachment 2:Consultant Checklist Attachment 3:Conflict of Interest Affidavit Attachment 4:Vendor Declaration Form Attachment 5:Immigration Affidavit Certification Attachment 6:Vendor Substitute W9 Attachment 7:Insurance and Bonding Requirement Form Attachment 8:Reference Questionnaire (in Section V.) Addendum Acknowledgement Exhibit VIII:Grant Required Forms Certification Regarding Debarment,Suspension&other Responsibility Matters General Grant Clauses Certification for Disclosure of Lobbying Activities on Federal Aid Contracts Standard Form-LLL,Disclosure of Lobbying Activities Form Conflict of Interest Affidavit Collier County DBE Participation Statement J Collier County Consultant Bid Opportunity List Drug Free Workplace Certification retiol Truth in Negation Certification Excluded Parties List System Documentation Business&Professional Licenses and/or Certifications/FDOT Prequalifications IX Attachment Sample Report Collier County-Engineering&Design Services for LAP Funded Projects JOHNS\� RFP No.15-6471 J July 14.2016 ENGINEERING Equal Opportunity/Affirmative Action Employer 1 I. Cover Letter/Management Summary I Ln co • M 111 _7 . ENGINEERING _f �. 1 4) A 9 pl Ema SINCE 1946 September 28,2016 ENGINEERING Collier County Government,Purchasing Department 3327 Tamiam i Trail E Naples,FL 34112 Re:RFP 15-6471 Design Services for LAP Funded Projects Dear Selection Committee: Johnson Engineering is pleased to submit our response to your Request for Proposal (RFP)for the Engineering and Design Services for Local Agency Program(LAP)funded projects.We have a full transportation design department dedicated to this type of work.Our team has completed many LAP projects in partnership with local municipalities through successful coordination with staff from the Florida Department ofTransportation(FDOT) LAP Administration Department in District One. We have extensive experience with contract compliance on LAP projects,including Collier County projects,and are familiar with FDOTs Electronic Review Comments(ERC)System. As a firm,we have literally provided hundreds of miles of roadway,mufti-use path,and sidewalk design throughout Florida. We understand that your completion schedules specified in Collier County's current LAP agreements are critical,and it's very likely that multiple projects will need to be designed concurrently. To that end,we have asked CH2M to join our team and provide additional design support.This will help to ensure that each project has the appropriate allocation of staffing and resources. Johnson Engineering and CH2M have worked closely together before and are currently part of the team of consultants responsible for the Golden Gate City Stormwater Drainage Improvement project. Acting as a single cohesive team,we are committed to making sure that each project meets a successful and timely completion. Both CH2M and Johnson Engineering are pre-qualified for the following FDOT Work Groups: Group 3-Highway Design-Roadway Group 8 --Survey and Mapping 3.1 w.Minor Highway Design(CH2M +JEI) 8.1 -Control Surveying(JEI only) 3.2-Major Highway Design (CH2M +JEI) 8.2-Design,Right of Way&Construction Surveying QEI only) 8.4-Right of Way Mapping(JEI only) Group 7 Highway Design - Roadway 7.1 -Signing,Pavement Marking,and Channelization (CH2M+JEI) 7.3- Signalization(CH2M +JEI) To support Disadvantaged Business Enterprises (DBE),we have also partnered with three DBE firms with whom we have ongoing relationships. These subconsultants include HighSpans Engineering Inc.,who are pre-qualified for Work Group 4.1.1 Miscellaneous Structures,Florida Transportation Engineering Inc. (FTE),who are pre-qualified for Work Group 7.2 Lighting,and Tierra Inc.,who are pre-qualified for Work Groups 9.1 Soil Exploration and 9.2 Geotechnical Classification LabTest. This team has considerable experience in tum lane and sidewalk design,drainage permitting,Americans with Disabilities Act (ADA) compliance,environmental permitting,traffic signal modifications,SUE,surveying,mapping,utility conflict resolution and landscape design. We also have a strong working history with local utility companies,which you will need in conflict resolution and the development of utility work schedules.We understand that to ensure the successful outcome of these projects,you have to have a mufti-disciplined and comprehensive approach to address challenges as they arise. This is a key element that we feel differentiates our team and adds value to your project. The success of a project such as yours ultimately boils down to the people you have working on it.Our team is local and familiar both with Collier County and FDOT's LAP program.Our offices are just down the street and we feel we have the right personnel in the right place,We believe our team will prove a tremendous asset to the County in helping to secure these valuable funds.We look forward to the project and appreciate your favorable consideration. Sincerely, JOHNSON ENGINEERING,INC. // Lonnie V.Ho ,P.E. Ryan .Bell P.E.,PTOE Josh J.Hildebrand,RE,PTOE President Director ofTransportation Project Manager (239)461-2429 (239)461-3310 (239)461-2481 Ihoward©johnsoneng.com rbell©johnsoneng.com jhildebrand©johnsoneng.com 2350 Stanford Court.Naples,Florida 34112 (239)434-0333.Fax(239)434-9320 ,, .. . , ... II. Business Plan co C im. m rD (i) tn tv = -!-- L_____"'-'-7.7 .. i -- - ..- ........... ... '• ..fi.,. .,... ... .,....„. .. ,., ....... -,......... ..,.., . . ., „..... — .......„. - .... •--'1'4---, .7.0.- .1*.:,;-..r.:!,-2!;°!._,..„1"':777C-,r,•;',ii!‘",.f,,,,r..:!'-;- • -,1W*740--• ENGINEERING , 17,.:',,,„:;.!•,.; „kstr ...„, ... .,... .., 1 $ A2 , II II. Business Plan PROPOSED DESIGN TEAMS Our team is dedicated to providing a professional and competent design in every project we perform. We understand our reputation and the privilege to serve as a repeat consultant is contingent on the quality of our product and the ability to stay within the allocated budget.Quality construction plans and Local Agency Program (LAP) Specifications should clearly and concisely convey to the contractor the County's intentions and funding agreement requirements. Our business plan for these projects will demonstrate how we will achieve this. Having already reviewed the Florida Department ofTransportation (FDOT) Five-Year Work Program 01 for District I,we understand that in order to meet the future fiscal year construction funding project allocations, multiple work task orders will likely need to occur quickly and efficiently. For that very reason, we have assembled a team with considerable experience in Collier County, and specific experience with adhering to FDOT design and LAP funding requirements.This will help expedite the design process and ensure a timely project delivery.With the understanding that these federally funded projects will be allocated under a task-based contract,we are proposing a multi-team approach, with multi-faceted expertise.Serving as the primary point of contact,Josh Hildebrand,P.E.,PTOE will oversee the general management,coordination of the contract, inspection staff, and be available to help address project challenges as they arise.Initially,Collier County's Project Manager and Josh will coordinate to establish the appropriate staffing plan for each work order and develop a project work plan that clearly delineates the task's deliverables and schedule requirements. 41/ Our business plan is structured to allow for multiple design projects to occur concurrently with one another.Our three proposed LAP transportation design teams each include a licensed Professional Engineer with roadway project management experience.All of the design teams' individuals focus exclusively on transportation projects, and our technicians are proficient with generating roadway plans in accordance with the Plans Preparation Manual (PPM).We also have additional engineers and staff experienced in other disciplines such as drainage,utilities,groundwater,GIS and development,as well as surveyors,ecologists,biologists,planners,landscape architects,and geologists who are available to assist as necessary.With a strong core of transportation specialists and a full complement of ancillary support,we are confident in our ability to handle four to six LAP projects at any given moment Once a project is assigned,one of our team's three LAP design team engineers,either from Johnson Engineering or CH2M,will be put in charge of that specific project.The design team engineers will be responsible for the development of that particular task and will remain committed to that task through completion.Throughout the duration of that project,Growth Management staff will be kept apprised of the progress and copied on any correspondence.Your County project manager will always remain well informed and should expect that our project engineer and quality control reviewer will attend all monthly progress meetings and any required coordination of stakeholder meetings.Additionally, any other means of communication, be it telephone, e-mail, etc., is up to the County Project Manager.All of our employees will have cell phone and e-mail access so they tj moms 8.4k. ij 1142 - are easily accessible.With our office located j { t minutes away,we are very accessible and can j be there when you need us, ,,,//( iI 11121NPc.c Collier County-Design Services for LAP Funded Projects 1011=."2 RFP No.15-6471 ,44,44,40300.000 r18.30.0.01611.16{00004005, September 28,2016 ENGINEERING mpor !Ammo' Equal Opportunity/Affirmative Action Employer 1) i II. Business Plan An organizational chart is shown below outlining the overall team structure and personnel proposed for the project: Collier County .K� max. .*...Ar, ,.: gi r f M i„, Principal in Charge Project Manager LAP Contract Compliance QC Team Lonnie Howard,P.E. Josh Hildebrand,P.E., Jennifer Chrovian Ryan Bell,P.E.,PTOE PTOE Bill Gramer,PE.,AICP (CH2M) Jared Brown,P.E.,LEED AP 1 LAP Design Teat, LAP Design Team LAP Design Team Engineer of Record Engineer of Record Engineer of Record Adam Ahmad,P.E. Josh Hildebrand,P.E.,PTOE Phil Chang,P.E. CH2M Johnson Engineering,Inc. Johnson Engineering,Inc. DESIGN SUPPORT STAFF DESIGN SUPPORT STAFF DESIGN SUPPORT STAFF I)Chad Polk,P.E. I)Leah Holmes,E.I. I)Zak Stone,E.I. 2)Ken Wooten,P.E. 2)John Glenn,E.I. 2)Tremayne Whitfield 3)Felicia Kirby,E.I. 3) David Zemaitis 3)Michele Newbury I _ I .,I :,.44Hi hs ans l �• TIERRA / '- ,` - - ENO 1 N E E R 1 N O.1 N C. _ `r1.- SUI iey Lighting Geotechnical Structural Environmental Barry Syren,P.S.M. FTE(DBE) Tierra(DBE) HighSpans(DBE) Laura Herrero QUALITY CONTROL As a built-in measure of quality control,Johnson Engineering's transportation design group is guided by ourTransportation Project Operations Manual.This manual has an entire chapter devoted to QA/ QC.Our QA/QC plan is a defined and systematic process.QA/QC reviews are made prior to each phase submittal.Quality reviewers are chosen as experienced engineers that have little to no prior knowledge of the project. The QA/QC plan also sets forth an internal schedule for the various QA/QC functions based on the required submittal date to the client.The plan includes an extensive checklist of items that should be rer-5;0;11 ,,,,.,..,„::,,, �, checked from an engineering and plan information standpointThe plan includes a tracking stamp that is placed on the back of each sheet of the subject plans,requiring the date and initials of the involved QA/QC members for each phase of the review including submittal,review,verification,incorporation, and acceptance.The process also includes a color coding scheme to clearly delineate where the AA .j) Collier County-Design Services for LAP Funded Projects / RFP No.15-6471 U �\�II September 28,2016 EN G I N E E R I N G Equal Opportunity/Affirmative Action Employer 1 6 A 2 II. Business Plan comments came from and from whom.Our process leaves the burden of QA/QC in our hands.We do not sole upon rely P on the /� County staff's reviews for -,_--;71111.1674w351nt Maws At the completion of each project, we would also like to �—` request that our project manager,project engineers,and quality �a. _ control team meet with Collier County staff to evaluate the >I effectiveness of our staffing plan and work product. This will _ allow our team to make any adjustment to ensure these LAP ,• projects are being delivered with the standard of care which • .•.z.::::=. A r., Collier County expects. PLAN OF APPROACH First and foremost,it is our belief that good communication is key to the success of any project.This Project is especially true when designing a federally funded project through FDOT's LAP and making sure the Selection requirements that are placed upon the Local Agency are satisfied.We pride ourselves on quick and Definition of timely responses to your needs or concerns.Not only will you be able to contact us at any time,but Objectives and Criteria Realms we will not hesitate to contact you as soon as any information pertaining to the project needs to be Seteetio.. .. relayed.While working with you,your interests and project budget are our main priority.To get the Pcrr Rcv7rw -' Tea,,, project started on the right foot,it is imperative to have a comprehensive scoping meeting.At this Materials for Conducting Pear Project to be Peer meeting, all project issues, requirements, schedule constraints, and budget limitations are Review ii e.WI Detail Planning and Rovicwcd Reports, Review rar,ns.Project Cooductin,;for P„„ 12iois brought to the table.From this discussion,a comprehensive scope of services is developed Scop f Services, Pe Review _... fit: ' ''°°"f` ' that ensures everyone's duties are clearly defined and all expectations are consistent We Requite in a also understand that time needs to be built into the schedule to allow multiple agency De,,.,on Mak,ng reviews of the design documents at various stages of completion.We have developed a plan for this project that will allow us to conduct the project in accordance with the requirements specified in the o"low Documentation Scope of Services provided in ExhibitV of the RFQ.It is understood that 60%, 100%,and final submittal requirements will be similar to other Collier County projects completed in the past,but these projects will require additional coordination with the FDOT during the LAP review process. On federally funded projects, it is imperative that protocol is followed and all Federal, lectronic State,and County paperwork is in proper order. For each of these work orders,we iiie f+®CComments will strive to function as an extension of County staff.In doing so,we will facilitate the overall process and help ensure the conditions of the LAP agreements are met Our FbAr4DapeenentolT aispadgen Balaic c, „�, initial focus on each project will be to meet with both the County and FDOT staff to Reviewreiterate the timetable of project design submittals.Once a work order is accepted ^—°-�° • and the Notice to Proceed (NTP) is issued,Josh Hildebrand will immediately request • a project kick-off meeting between Collier County, FDOT, and other relevant team members to make certain the project objective and schedule are clearly defined. 0 J € ei,,H,.,.. '�W '141 Collier County-Design Services for LAP Funded Projects /\ 8 RFP No.15-6471 VP September 28,2016 ENGINEERING wool row. / Equal Opportunity/Affirmative Action Employer 1 6 A 2 „ :, II. Business Plan COMPREHENSIVE LAP PROJECT DESIGN A comprehensive LAP design approach is one that takes into account the existing physical topographic conditions,constraints,utility infrastructure,user's expectations,construction budget of the project,and ,fir the design criteria specified in the LAP Agreement to arrive at an appropriate set of design parameters. I .Y. . Using a typical 5'sidewalk LAP design project as the example,our assigned design team would focus on providing a facility that is Americans with Disabilities Act (ADA) accessible and walkable for the ',i local residents while also taking into consideration any existing constraints, such as driveways and drainage features within the existing right-of-way.We will strive to deliver a project that is functional, cost-effective,and is designed to minimize impacts to the community as a whole, To accomplish this, we will first begin with a survey of existing conditions. Once baseline data is ___, --"' obtained, the design team will evaluate alternative sidewalk typical sections and existing driveway 1 profiles on each of the roadway segments.Options for sidewalk alignments should be explored to arrive at an optimal condition that allows for drainage,utilities,and other furnishings to be successfully incorporated into the design.One of the first things we analyze with any sidewalk project is the typical section.Where can you locate the 5'sidewalk to provide maximum benefit with minimum conflict? ' 1.._--- - The ideal design location is not always the most practical and with Federal Funds you are required to work within existing public right-of-way.The most common design issues with sidewalks are typically ..,, the associated drainage impacts and existing utility conflicts.Sidewalks often cross existing roadside I {pit,.. ditches, conflict with existing culverts, or their side =., - y slopes encroach upon existing conveyances.As such, _ when developing the design alternatives, one of our project goals will be to maintain equivalent positive ' drainage to provide a path for the water to get where it is intended to go. Frequently, driveways within the project limits will require partial reconstruction to /d/ j., accommodate the addition of the sidewalk The —� Tw,, reconstruction of certain driveways with more ,, aggressive slope is often necessary to ensure that the o,WALN. a sidewalk meets ADA standards and provides a safely n traversable cross slope of less than 2%. ,t ., . .(i " We are also familiar with the environmental and South Florida Water Management District(SFWMD) ."; ,• ' - permitting processes and have in-house staff capable of handling all aspects of permitting expected for _ these projects.Sidewalks and turn lanes are typically exempt from Environmental Resource Permitting ' unless there are significant associated drainage impacts.We have an excellent track record permitting sidewalks and intersection improvements through the local permitting agencies. In conjunction with each phased design submittal,we recommend a face to face project team submittal meeting with County staff. In this meeting, we will present the plans along with an explanation of where we are and how we arrived there.We will present our design criteria and base assumptions and identify any potential conflicts or issues.Most importantly,we will identify the issues I and ask the questions that must be addressed for us to proceed with the design.Often times,we can address the issues right then and there and leave the meeting with the information needed to keep moving forward.This does not preclude the official review process,but allows it to run concurrently without slowing down plan production.This also significantly reduces staff's necessary review time. -if We have used this process successfully in the past,saving time and promoting shared understanding. 1311. f Collier County-Design Services for LAP Funded Projects ,R, RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer I 1 6 A 2 II. Business Plan ,$_ Following the County's initial 60% review, the plans and permit ii, l i ' fi' - , i t°i' applications will be updated and submitted to appropriate agencies -------------St----.± 7 -/.-r• r I=i! i including FDOT and SFWMD. Once all 60% and 100% County, FDOT, _" 'Z.` �l and SFWMD comments have been adequately addressed and permits - -i, ,---- have been issued,we will prepare the final bid package.In addition to the °*,® Ii ,i preparation of the final plans,this task also includes the development of v� -�II j the"Big 4" LAP specification package,bid sheets,final engineers opinion �`� ...., , of probable cost,and any other necessary bid documents.The specification .11 `I •��-° "^ M�„,��SWI'� s package will be prepared in accordance with standard FDOT procedures. te=a. . �ll' » .""`1� JAN BID ASSISTANCE AND POST DESIGN f� ' ',M ^� ��� s As the design entity,we will provide bid assistance to the County as deemed `,;I ®MI1 �,■�n necessary during the contractor procurement This may include answering I the bidders'questions and assisting in preparation of addenda.Once the bid opening has occurred,the project team will evaluate the bids for completeness cp 0 L and provide Collier County with a letter of recommendation to award. Iw T'__ - © At the preconstruction meeting,the task order Project Engineer and Project Manager will assist the County's Project Manager in conducting a detailed preconstruction meeting covering the LAP/EEO responsibilities of the prime and subcontractors involved in accordance with 23 CFR Is 230 and any other special provisions or conditions in the contract documents. A designer's job is not finished when the project is under construction.It is imperative that the ._ engineer be there to see the project through to its completion.We will be available to answer RFI's, provide clarifications/interpretations of the plans,review shop drawings,attend construction progress meetings,and provide periodic site visits.Our proposed project design team has performed numerous roadway design projects within Collier County.We are excited about this project and the opportunity to work with the County again.We are confident this plan and our approach will result in a successful IIIproject It has been tried several times before and has proven successful every time. SAMPLE REPORT During the design phase of a LAP project, developing constructable plans is critical.The sample sidewalk design plans in Tab IX.Attachment:Sample Report are from the Cypress Knoll Drive SidewalkJr Project (FPID No.428258-1-58-0) in Pasco County.This project was successfully administered and constructed through LAR R C mranTS OF=TEXT Pars SETCONTRACT _. lir a� Evori DRIVE ��1= EOE.4•IDb»PWS NEWSI IMPROVEMENTS .�— 1 FRON ROM ROAD TO RUNNEL DRIVE u+i..1.iv �` i �••...•.•• XI PROJECT NO.PWTUISO-OII N — i :. PES=COUNTY PRYECT NUMBER X-101T1 -.- MOT FFPI°/FM 4NESC-1-55e-a • "L- 2:: SETTEE DIM ".x+� � ! . wt w 1. - i � 4. ,.. ...- ,.. _ OFLI17, I ��N APRIL 9,2DIIETAL �X ,. R NE FINAL >6 -N �, DM ow 01•06. LENGTH ®C© _•Y' -Gy�S , ,. ..r:÷.: �.: ....aw �. .�. _ � ,'.v XGN t JONYIIB.awls --1ffi2'�$." % Collier County-Design Services for LAP Funded ProjectsINIZI ,N RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer J.,. HI. Experience & Capacity of Firm IIL___ 7. � ° = rD T f1 3f2°® `:w�r, l :74, I r I MP' ; Y. w.' 1 ,,,,,,.::5,75.,,,,,,,,...., --.:7":- .,., ..... _ 2_,,,,,,, _____, , ..... .. ....„_ , .,„..„.„,.....„A ii s,...,„.. „_ ..,..L. ,.,-.-- - ,. ;14151-4. Ai ...„,_ ' [ °: 'taw grill . ENGINEERING i 1 t:..,) A j to aut of Firm `'r� ��i I i1N1II6010 rri HOTEL Ii s � . I .._war... t1 1 j ,L __ _ _ Pv '- t.i � -.. �. air_ —.�N.:. N : ' Aarit 14 'a<.N .3* ,,.. .. --= sw.. COMPANY OVERVIEW Just as Florida has transformed dramatically over the years,so has Johnson Engineering.What started in 1946 as one man surveying Southwest Florida,has developed into a large cohesive team of more than 115 professional civil engineers,ecologists,scientists,geologists,surveyors and mappers,certified DepthlExperience land planners,and landscape architects,offering their expertise in a broad spectrum of engineering Centuries of combined experience disciplines. has immersed ourteam of licensed professionals into Florida's geography, giving us a rare perspective into Johnson Engineering has been helping guide private companies,and city,county,and state governmental development of the area and an institutions through these changes and the challenges they create.Our extensive list of well-known appreciation of the changes. roads,airports,schools,hospitals,resorts,residential communities,shopping centers,and commercial developments show our experience and continued responsibility in developing Florida's communities. Full Range of Services Specialized teams of licensed Headquartered in Fort Myers,Florida,the company also has offices in Naples,Port Charlotte,LaBelle, engineers,land planners,landscape Sebring,Clewiston,Lutz,Lakeland,Pembroke Pines,and Miami. architects,surveyors,ecologists,water resources experts,transportation,and utility designers provide all aspects While Johnson Engineering is focused on growing and evolving to continue serving the needs of needed to complete every project Florida,it remains true to its past and the values upon which the company was founded. Long Term Commitment Our team's average tenure with Johnson Engineering is 13 years. JO IN• 65%of our employees have been ENGINEERING with us for more than I 0 years, r a. ry 18%have been with us for more r • Aint--a‘-'4: than 20 years,and an unprecedented ,a t ! air 40 9: ' _ sem, 11%have been with us for more , _ than 30 years,showing our team's ,it vt,i , , '- �p�[L.INC commitment,continuity and --- '` .• q dedication to the area. s Local Knowledge ;. — . We can provide invaluable historical data of the local area and our - P °.0 conveniently located offices allow -- � w ,:. �, us to provide prompt service and communication through ever,step of your project <, -. _ 00111.1 -:',A-1. , , Collier County Design Services for LAP Funded Projectsal . ;� RFP No.15-6471 116 67 September 28,2016 ENGINEERINGIIii Equal Opportunity/Affirmative Action Employer 6 16A2 III. Experience & Capacity of Firm We have asked the following subconsultants to join our team and provide additional support. SUBCONSULTANTS Since 1977,Collier County has consistently relied on CH2M to provide planning,design,permitting,and C1124114.• construction services on a multitude of projects ranging from traffic modeling,watershed modeling to site/civil to utility and transportation-related services.This long-term relationship has enabled CH2M to develop an excellent understanding of the surrounding area's infrastructure.To date,their teams have successfully completed over $40 million of planning, design, and construction services within Collier County.CH2M has performed planning,design,permitting,and construction services for Collier County on nine roadway design contracts (50+ miles of roadway,four PD&E studies (30+ miles of roadway) and is currently on 21 General Service Contracts.The firm's task order work has consisted of roadway designs,drainage design,intersection designs,structural bridge designs,box culvert designs, utility designs (100+ miles) and FDEP permitting, environmental surveys (T&E species, wetlands, contamination),consultant peer review, parks,pathway and sidewalks (100+ miles),boardwalks,site plans,architectural design,landfill design,traffic studies,construction engineering and inspection as well as a recent Emergency Response contract(workshop,planning,on-call services).Since 2003,they have delivered or coordinated the work from their local Naples office,and will continue this during the life of this contract Tierra,Inc.is a full service consulting geotechnical,environmental,and construction materials testing engineering firm with capabilities including scope definition, engineering analyses and reporting, AIF` TIERRA AutoCAD and Microstation design services,supporting site investigations,land and water based test borings, piezometer and monitoring well installation, laboratory testing, and construction materials testing. Tierra,Inc.began operations in Florida in May 1992 and has offices inTampa,Winter Garden, Niceville and West Palm Beach.CurrentlyTierra has a staff of over 100 professionals including principal engineers, staff engineers, geotechnical and construction inspectors and technicians.Tierra features Doctoral and Masters Degree level educational background among our Registered Professional Engineers on staff.Tierra is a Florida Statewide certified MBE and is also certified under the Florida Unified Certification Program (UCP) as a DBE through the FDOT. FTE is a Florida corporation founded in 1989 and has a staffof professionals,technicians,and support personnel.With five offices in Florida the firm provides services in Highway Design,Traffic Engineering, • -- Transportation Planning,GIS,Land&Sports Development,Landscape Architecture,Survey&Mapping, and Construction Inspection.FTE is a certified DBE firm with the Florida Department ofTransportation (FDOT) and a certified MBE firm with the Florida Department of Management Services. HighSpans Engineering,Inc.,is a Fort Myers based engineering firm specializing in structural design, HI ThS n cand construction engineering&inspection. HighSpans is Unlimited FDOT Prequalified in work groups 4.1.1 & 4.1.2 Miscellaneous Structures and Bridge Design, and 10.1-4 CEI; and is a certified DBE/ MBE.Their experience includes Traffic Structures,Airport Structures,Bridges, Retaining Walls,Water E N c r x s E x t nr G• s N c• Control Structures and Underground Tanks.Recent completed design projects include: I) 1,000-ft long twin bridges for SR739 overAlico Road and Seminole Gulf Railroad for FDOT D I in Lee County(FL-I Beams with post-tensioned hammerhead caps);and 2)City of Fort Myers Downtown Basin retaining walls,weir and pedestrian bridge. � I st � Collier County-Design Services for LAP Funded Projects JOHNS. 1E I a RFP No.15-6471 September 28,2016 ENGINEERING eiw ' Equal Opportunity/Affirmative Action Employer 16A2 A 2 III. Experience & Capacity of Firm CAPABILITIES SUMMARY One of our unique benefits is that we have an experienced team of professional civil engineers, ecologists,scientists,geologists,surveyors and mappers,certified land planners,and landscape architects who all work together to identify cost saving solutions for our clients. Our extensive list of well- known Florida roads, schools, hospitals, airports, shopping centers, residential communities, resorts and commercial developments show our continued responsibility in developing Florida's communities. _Trans•ortation Environmental Consultin Roadway Design&MOT -' Environmental Assessment(Due 1 - Resurfacing,Rehabilitation& Diligence) lTn ..aar+w7, Restoration H Environmental Resource Permitting III I '' - Access Plans&Permitting H Wetland Assessment '._. a - - Traffic Impact Analyses H Mitigation Design&Monitoring Route Studies H Threatened&Endangered Species "y Intersection Studies&Sidewalks Management • CEI Services and LAP/EEO Services Subsurface Utility Engineering& H H dro eolo ical Investi ations Surveying& Mapping Mapping(SUE) y g g g Groundwater Resources ' ► H dro raphic Surve in H Consumption Water Use Permitting y g p y g - Well&Wellfield Design t• /b ,!, ' - Transportation Surveying 2 `,' H Geographic Information Systems(GIS) Water Supply Planning ';; - ALTA&Boundary Surveys ▪ Deep Injection Well Design& 11 Permitting > -" € -- H Construction Layout&Platting Groundwater Modeling I_ • Geotechnical&Aerial Support Land Develo ment - Mixed-Use • Surface Water Master Planning Surface Water Resources p H BMP Selection&Design Urban - Surface Water Retrofit Residential - Hydrological,Hydraulic&Water H Commercial&Industrial Quality Modeling • Institutional&Educational r Federal,State,&Local Surface Water Medical Permitting ,,� ' • ;iii ' w _, Permitting - Flow&Stage Monitoring 114. f H Construction Observation& Administration UtilityMaster Planning - Storm/Surface Water Quality Studies Utilitiesg -, Groundwater QualityWater Quality Studies Water Distribution Facilities .. 4.a `_ Studies r ,._` H Wastewater Collection - Estuarine/Coastal Studies "'- ' Hydraulic Modeling H Subaqueous Sediment ate' Characterization H Pumping Facilities �� • Irrigation Systems NPDES Compliance Monitoring t. ry z • Filter Marsh Evaluation s � I -, TMDL Pollutant Loading r ! ry,e,,, • Turbidity Monitoring Strategic Planning H Environmental Design Land Plannin - Master Plans&DRI's H Commercial Design Landscape Architecture H Community Planning -' Park Planning ,_. Comprehensive Planning&Zoning -, Graphic Design „ ', Corridor Planning ' Community Design -. Facility Planning ' Streetscape Designa ''�_ H Sustainable Planning ' Construction Observation - Local Government Assistance ' Planting&Irrigation Design I ” r V--"4 Collier County-Design Services for LAP Funded Projects MIME RFP No.15-6471 September 28,20I6 ENGINEERING Equal Opportunity/Affirmative Action Employer III. Experience & Capacity of Firm CAPACITY & FINANCIAL STRENGTH Johnson Engineering has provided consulting services to Southwest Florida since 1946.Our Naples office was established in 1991,providing 25 years of local service to the Collier County area.With over 115 employees,Johnson Engineering is financially stable and has not filed for bankruptcy in the past,is not currently in bankruptcy,and has no bankruptcy action pending. Our partners CH2M,Florida Transportation Engineers (FTE),HighSpans Engineering,Inc.,and Tierra, Inc.also have the ability,capacity,and skills necessary to perform the work ABILITIES, SKILL & EXPERIENCE To best serve Collier County on this project,our team offers a separate transportation design division .._, that is devoted to facilitating improvements such as these.The team proposed has a tremendous amount of expertise and experience specifically in intersection and sidewalk design and permitting. We will apply the ability and skill,gained through these years of experience,to the direct benefit of Collier County,its residents,and roadway users.In addition to transportation experience,our firm also provides a wide range of ancillary services that often prove useful on projects such as this including: survey,SUE,drainage,environmental,landscaping,and utilities. This experience gives us an unique advantage as we have comprehensive understanding of the entire transportation development process from planning to design,to permitting through construction.We are very familiar;not only with the design of such facilities,but the requirements that come with the Federal Funding.We strive to design each project with clear understanding of requirements specified in the LAP agreement to ensure that the funding provisions are satisfied. — Both Johnson Engineering and CH2M have performed numerous FDOT LAP funded design projects - for pedestrian facilities and our other subconsultants,FTE,HighSpans,and Tierra have assisted in their respective tasks.This team is fully pre-qualified by FDOT for the work groups specified in the RFQ, ,pi,r.4-J, -,, however,we have been part of enough LAP funded projects to know that qualifications alone will I"- not successfully complete these tasks.The key to successful LAP project delivery is simple:Follow !' 3 _ the rules!We are very familiar with these rules.The LAP process is specifically designed to allow the 4 _ I state to distribute Federal dollars to local municipalities while still meeting the requirements of FHWA. Accordingly,the FDOT requires strict adherence to applicable guidelines and the"Big 4"specifications. isimumaiminlat Johnson Engineering is also very experienced in the design of sidewalk and roadway improvements such as those proposed under these projects in accordance with LA LEY DE u►F►oR►Dw =" FDOT standards and requirements.With considerable design and construction pRovues u ,# experience,we propose and can offer a constructability review by our team prior D1scRtetimk►oe n4to plan submission to help to minimize expensive and time consuming delays ..,.........---=,x,-,„,==--- # _ during construction.This review will be performed by our Quality Control Team. , ,..». :_,,":,���S ' , In addition,both Ryan Bell,RE.,PTOE,and Jennifer Chapman,Resident Compliance � �GpNSS A woos' 7, Specialist,have been trained in FDOT specifications package preparation and both Mµ, , ... ' °' � - ' recently attended the updated training for LAP specification package preparation. >r �• �Bap.°42.81T� � ov, . ,5 .,, i - With FDOT now requiring the local agency,or their consultant,to provide the . ' specification package for LAP projects,this experience will be beneficial and help A >' to expedite the overall review process. ,� fv} Collier County-Design Services for LAP Funded Projects ;; RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer on III. Experience & Capacity of Firm Johnson Engineering and CH2M are FDOT pre-qualified for the following applicable Work Groups: Group 3-Highway Design-Roadway 3.1 -Minor Highway Design (JEI+ CH2M) 3.2-Major Highway Design (JEI+ CH2M) i 1 ,/,,,„ Group 7-Highway Design-Roadway n ew "'"I''ii��„I 7.3-Signalza on QEI +CH2MPavement ) Channelization (JEI + CH2M) Group 8-Survey and Mapping 8.1 -Control Surveying(JEI) 8.2-Design,Right of Way&Construction Surveying(JEI) --e4.-18.4-Right of Way Mapping(JEI) For other Work Groups,we have partnered with the following firms with �•dJn w„ - whom we have had ongoing relationships: '.#4 _ 4.1.I -Miscellaneous Structures: HighSpans Engineering,Inc.(a DBE) 7.2 - Lighting Florida Transportation Engineering,Inc.(a DBE) • X 9.1 -Soil Exploration: Tierra,Inc.(a DBE) 9.2-Geotechnical Classification Lab Test:Tierra,Inc.(a DBE) Our teams are very experienced in the design and plan production in accordance with standard FDOT procedures.Johnson Engineering has a dedicated transportation group that focuses solely on transportation projects.All of our internal design, plan production, quality control, and project , management processes are based off FDOT standard practices.Our familiarity with FDOT's guidelines and specifications will provide a seamless path to a successful project.With LAP projects,much of the specific design requirements depend on whether your project is an on-system or off-system facility. - moi, We understand the difference between the PPM and the Florida Greenbook and we know when each should be applied. In addition to knowing the design and plan production �- e«•-� requirements,we are also familiar with the administration FD CIN requirements associated with FDOT projects. One of Florida oJTranspoRotion those is the Electronic Review Comment (ERC) system aa.. a. „ that FDOT uses to manage the plans review process.We '""'°208 have used this process on several occasions and found ?y"p ..... it to be useful, not just on the Department's side, but o<.„ e'' also on the consultant's side.There are a few minor .�,,:.d',t0 .ra.„a„a�,,� 1464„,„° , tlb^a4 a afa4 ffi 4;�Yo„ �m a:�M r ;a quirks you learn to get around,but for the most part it °--3 .,,,,�, n °° is straight forward.Those in our company that have used L' ::::,,Z,,,,-70t,„. G7 -T,::: a:�antl Cpaaems SBMres the system can easily teach those who have not,but the ,r.�E�»b„»re3,„h Department also has a very good ERC User Manual ,ra,o,„,.nao„�„ that we have found answers most of the questions. '' - """a"'.°•^° — e .b eyaq , Suffice it to say,we are no stranger to the ERC system �„a, ,a and are comfortable in using it .. p' ""°,, " ""°n6" CwybKyyiEryarearlrp mpeceon e iea •b r C een Po .. ill" §a$qu s (iraW 13 -pen xn N2a d fgy�,y BWafJra CEI 6 13.8 .lyppenmm9/EnBineerMp £ C.r^aY 16 -Lantlawpe A'C1Mett JOHNS. j 1 Collier County-Design Services for LAP Funded Projects /\ RFP No.15-6471 September 28,2016 EN G I N E E R I N G Equal Opportunity/Affirmative Action Employer p,\ f COMPLETED TEAM PROJECTS liii As Prime Consultant,Johnson Engineering's successful completion of LAP and federally funded projects over the last 10 years have included: s, ,moi i;,-..,'-`•:'-'7, %i - —, Lee County Business Way LAP Sidewalks (FPID No.428382-1-58-0 1) 4% _ `� Cypress Knoll Drive LAP Sidewalk(FPID No.42825 8-1-58-0 1) * • ,, -, s —, Foggy Ridge Parkway LAP Sidewalk (FPID No.428257-1-58-0 I) - -' Villa Entrada LAP Sidewalk (FPID No.428256-I-58-01) i" Marine Parkway LAP Sidewalk(FPID No.418351-1-58-01) Sea Forest Drive LAP Sidewalk (FPID No.418352-1-58-01) _, .., Little Road and JaguarTrail (FPID No.430293-1-58-0 I) '' —i Polk County ADA Intersection Improvements (10 intersections) ▪ Lee County Sara Avenue Sidewalks (FPID No.42353 1-1-58-0 1) Lee County LAP/ EEO/ARRA Stimulus Assistance (Multiple Projects) Hendry County NW Eucalyptus Boulevard Sidewalk Federally Funded under Scenic Enhancement Grant (FPID No.416231-1-58-0 I) - Hendry County SR 29 Sidewalk(FPID No.426024-1-58-0 I)ARRA Charlotte County MURT Phase II & Ill LAP (FPID No.428139-I-58-01) ',%.1,-,.--,...t.',.;.- Serving fServing in an additional design support role,CH2M has successfully assisted in the addition of over 100 miles of sidewalks,pathways,and bike lanes to the Collier County Pedestrian and Bicycle Network. These projects have included: - Pine Ridge Road (US 41 to Airport Pulling) -, Pine Ridge Road (Airport Pulling to Logan Boulevard) Y —, North Road Relocation (Naples Airport) x - Immokalee Road (Collier Boulevard to 43rd Avenue) t - —i Vanderbilt Beach Road (Airport Pulling Road to Collier Boulevard) Collier Boulevard (Golden Gate Blvd to Immokalee Road) Collier Boulevard/ Immokalee Road Intersection - Collier Boulevard (US 41 to Davis Boulevard) ▪ Tree Farm Road (Collier Boulevard to Massey Street) - Woodcrest Drive (Immokalee Road to Tree Farm Road) - Collier Boulevard (Green Boulevard to Golden Gate Boulevard) - Oil Well Road (Immokalee Road to Camp Kies) - Collier Boulevard (Davis Boulevard to Main Golden Gate Canal) ▪ Vanderbilt Beach Road Extension (Collier to Desoto Counties) ▪ Harrison Road Improvements (Government Complex) ., -' Collier Boulevard Corridor Study (US 41 to Immokalee Road) Vanderbilt Beach Road Corridor Study (Collier to Desoto Counties) —i Livingston Road (East-West) Corridor Study (US 41 to Livingston Road) East of Collier Boulevard Corridor Study (Part of DRMP Team) ®44 Collier County-Design Services for LAP Funded Projects iirfflallaill RFP No. 15-6471 p Se tember 28,2016 ENGINEERING I.. Equal Opportunity/Affirmative Action Employer a ,. t CURRENT TRANSPORTATION PROJECTS As prime consultant, Johnson Engineering is currently performing the transportation design and permitting services for the projects listed in the table below. Final Number of Client Project Name Project Description Start Date End Date Original Budget Project Change Cost Orders Current Projects Burnt Store Road Charlotte County Widening Phase II Road Widening 6/29/2015 3/1/2017 $3,191,350.00 T.B.D. 0 Road Resurfacing and Hendry County Francisco Street Pedestrian Facility 3/11/2016 12/1/2016 $86,701.48 T.B.D. 0 Improvements Lee County Alico Road Widening Road Widening 5/13/2014 11/1/2016 $1,492,222.25 T.B.D. 0 Okeechobee County NE 34th Avenue Road Resurfacing 07/20/16 12/20/16 $41,000.00 T.B.D. 0 Miccosukee Tribe of US 41 Intersection Multiple Intersection 05/10/16 07/14/17 Indians of florida Improvements Improvements $112,210.00 T.B.D. 0 i TA i „., Collier County-Design Services for LAP Funded Projects RFP No.1 -6471 Emiel September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer IV. Specialized Expertise of Team V embers p -z-T .„ . .... 4,, , .. ' fillt • . rr 'or ''''' ---"*" *',--..... --I m rD n ,._ F4 • - -.., -, m . rD c)- ..i.:' Cr-0 M m CD 0 -, , ---------- ''',.! ,., -. ' EIREB.,311"1 ' 4, ENGINEERING , ..... , --- Mimesal agemmc 1 ' •A.'''', ' ".'.- ..-- 1 i - , _.. 2 IV. Specialized Expertise of Team t Members JOSH HILDEBRAND, P.E., PTOE In 2007,Josh began his professional career and has since served as a team member in the transportation ,¢ - services division at Johnson Engineering. He has worked on various projects throughout Southwest Florida and is familiar with roadway design,pathway design,construction, Local Agency Program(LAP) requirements,and the permitting procedures of the local municipalities,including the Florida Department of Transportation (FDOT).Josh has worked on over eighty-five traffic/construction feasibility-related engineering studies, roadway and drainage design projects within public right-of-way. This experience provides him with a unique understanding of the development of corridor and intersection design, drainage,ADA compliance-related challenges,and the permitting requirements on capital improvement $t. projects. 79 Relevant Experience ` 2014 County Wide Pathway Constructability Study,Collier County-Project Engineer for 0.: l a study of five priority locations throughout the County to analyze and assess the feasibility of adding future sidewalks or bike lanes along the existing public corridors. jhildebrand@johnsoneng.com ▪ FPID #428105-I-58-01: County Road 78 Phase IV and V Sidewalks, Hendry County— 239.461.2481 Project Engineer for two miles of future LAP funded sidewalks as part of a multi-phased corridor improvement project. Years Experience FPID#412642-2-58-01: Aqui Esta Drive, Charlotte County - Design team member and 9 years construction liaison for two miles of two-lane,LAP funded,roadway reconstruction including bridge replacement at the Venice Canal. Licensing& Registration LaMorada Traffic and Offsite Improvements, Collier County— Project Engineer for the Florida Professional Engineer, preparation of a multi-phased residential development traffic study and associated offsite License No.73952 improvements located on Immokolee Road. Helms Roadway Extension, Hendry County - Team member for the design of Professional Traffic Operations approximately three miles of a FDOT funded new four-lane urban roadway including all Engineer(PTOE) associated drainage,permitting,signalization,and signing and pavement marking. ▪ 2013 County Wide Pathway Constructability Study,Collier County-Project Engineer for Education/Training a study of nine priority locations throughout the County to analyze and assess the feasibility B.S.Civil Engineering(2007), of adding future sidewalks or bike lanes along the existing public corridors Purdue University FPID#4125651-1-58-0 I:State Road 29/Felda Sidewalks,Hendry County-Team member Intermediate MOT for the design of two miles of sidewalks which was successfully constructed and funded as part of American Recovery and Reinvestment Act of 2009. Advanced MOT FPID#429837-1-58-01:Business Way Sidewalks,Lee County-Design team member and construction liaison for a half mile of LAP funded sidewalks located in Lehigh Acres. This FDOT Specifications project was successfully completed in 2011. Package Preparation , Aqui Esta Drive Phase II Sidewalks, City of Punta Gorda - Design team member and construction liaison for one mile of sidewalk along the north side of Aqui Esta Drive from FDEP Qualified Magdalina Drive to US 41. Stormwater Inspector State Road 31 Widening Lee and Charlotte Counties—Project Engineer for four miles of FDOT Level of Service two-to four-lane roadway widening including drainage adjacent to Babcock Ranch. College Parkway/Kenwood Parkway Intersection, Lee County-Project manager for the Volunteer Opportunities design of the intersection safety improvements. ▪ FPID #416231-1-58-01: NW Eucalyptus Boulevard Sidewalks, Hendry County - Team City of Fort Myers— member for the design of one and one fourth miles of sidewalks which was successfully Adopt a Canal Program constructed in 2010. FPID#426752-1-58-01: Lee Boulevard/Sunshine Boulevard Intersection Improvements, Coastal Conservation Lee County- Design team member and construction liaison for intersection improvements Association (CCA)—Naples which included the addition of dual left turn lanes.This project was successfully constructed Banquet Committee Member and funded as part of ARRA. FPID#427532-1-58-01:Six Mile Cypress Parkway,Lee County-Design team member for Professional Affiliations design of three miles of two- to four-lane roadway widening and drainage and utility American Public Works improvements.This project is currently under construction and funded as part of American Association (APWA) Recovery and Reinvestment Act of 2009. ▪ Naples Park Walkable Community Study, Collier County - Team member for the development of a study which assessed existing pedestrian facilities and conditions within Naples Park ,. Collier County-Design Services for LAP Funded Projects , E RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer y „) a- , r a RYAN BELL P.E., PTOE Ryan joined Johnson Engineering in 1998 and is the firm's director of transportation.He has worked on Director of Transportation various projects throughout Southwest Florida and is familiar with the design and permitting procedures of the local municipalities as well as the Florida Department of Transportation (FDOT). Ryan's primary experience includes planning,traffic,design,permitting and construction engineering and inspection (CEI)of transportation improvement projects. He has served as design project manager and also CEI project engineer. This range of experience provides him a firm understanding of the overall ' L process involved with transportation improvement projects from inception to final completion. Design Experience 4 Aqui Esta Drive, City of Punta Gorda - Project manager for two miles of two-lane roadway reconstruction,including bridge replacement over the Venice Canal. ▪ Piper Road, Charlotte County-Project manager for four miles of new four-lane roadway design. J. ▪ S.R. 31 Widening, Lee & Charlotte County - Project manager for four miles of two to rbelk ohnsoneng.com four-lane roadway widening including drainage adjacent to Babcock Ranch. 239.461.3310 —, Del Prado Widening, City of Cape Coral - Project manager for two miles of four to six- lane roadway widening including drainage and multiple bridges. ▪ Ben Hill Griffin/Treeline Avenue, Lee County - Design engineer and construction liaison Years Experience for four miles of new four-lane roadway and associated drainage. 18 years C.R. 78, Hendry County - Project manager for two miles of resurfacing, shoulder construction and drainage improvement design. Education/Training -' Helms Road, Hendry County - Project manager for the design of approximately three B.S.Civil Engineering(1998), miles of new four-lane roadway in Hendry County including all associated drainage, University of Florida permitting,signalization,signing and marking.This project is currently underway. ▪ Six Mile Cypress Parkway Widening, Lee County - Project manager for design of three Intermediate MOT miles of two to four-lane roadway widening and drainage and utility improvements. ▪ S.R. 739 (Metro Parkway), Lee County- Project manager for three miles of new six-lane Advanced MOT roadway including a bridge over a railroad. Collier Parkway, Pasco County- Design engineer for one and a half miles of two to four- Asphalt Level I&II lane roadway design. -, Yates/Ewell Intersection Improvements, Polk County - Project manager for design of QC Manager intersection improvements including drainage and signalization. ▪ Sanibel Causeway, Lee County - Design engineer and construction liaison for landside Licensing& Registration improvements associated with the replacement of the B and C span bridges. Florida Professional Engineer, -, Lee/Sunshine Intersection, Lee County - Project manager for design of intersection License No.60010 improvements including drainage and signalization. ▪ Miscellaneous sidewalks, pedestrian paths, intersection improvements, culvert crossings, Professional Traffic Operations traffic analyses and route studies throughout Southwest Florida Engineer(PTOE) CEI Experience Professional Affiliations -, S.R. 739 (Old 41), Lee County - Senior project engineer for nearly two miles of two to American Society of four lane widening.This FDOT construction project in North Fort Myers includes significant Civil Engineers drainage,utility relocation and maintenance of traffic coordination. ▪ C.R.832(Keri Road), Hendry County-Senior project engineer for CEI on thirteen miles National Society of of milling, resurfacing, shoulder construction and isolated base reconstruction of this two Professional Engineers lane rural roadway in central Hendry County. This was an ARRA stimulus project administered by FDOT and was recently completed. Florida Engineering Society -, Colonial Boulevard Widening, Lee County- CEI project engineer for three miles of four to six-lane roadway widening including widening of the bridge over Six Mile Cypress Slough Alico Road Widening, Lee County - CEI project engineer for three miles of two to six- lane roadway widening construction including drainage, utilities, signalization and canal construction. -' Ben Hill Griffin Parkway, Lee County- CEI project engineer for one mile of four to six- lane roadway widening construction including drainage and signalization. j L ' - Three Oaks Imperial Parkway, City of Bonita Springs-CEI project engineer for four miles of new four-lane roadway and one mile of four to six-lane widening construction including a two hundred and eight-five foot bridge,drainage and signalization. ▪ East Terry Street, Lee County - CEI project engineer for one mile of two to four-lane roadway widening construction including drainage and a bridge widening. Collier County-Design Services for LAP Funded Projects \� w RFP No.15-6471 � '` ' September 28,2016 ENGINEERING a�rw .= Equal Opportunity/Affirmative Action Employer 1 6 A 2 IV. Specialized Expertise of Team Members ckZsst Bill Gramer, PE, AICP Education B.S.,Civil Engineering, Polytechnic University, New York Professional Registrations Professional Engineer: Florida#59090,California#49117 American Institute of Certified Planners(AICP),#028768 Distinguishing Qualifications • More than 28 years of experience on a wide variety of transportation and site/civil projects, including planning,traffic, roadway,drainage,utility, GIS,environmental,transit and major urban arterial and state route,and interstate highways • He has served as project manager/project coordinator for 15 different General Service Contracts for Collier County. Relevant Experience Project Manager;Collier Boulevard(Golden Gate Boulevard to Green Boulevard)Design;Collier County,Florida. Managing the widening of 4 miles of the existing four-lane, urban divided roadway.The project is the last segment of the Collier Boulevard corridor and links the north and south sections previously designed and permitted by CH2M HILL. Responsibilities included managing a multi-firm team in providing public involvement, roadway design,drainage, permitting, and maintenance of traffic,structural design,environmental,traffic, noise,aesthetics,survey,geotechnical,access management,and utility services. LCCSI Design Build Criteria Packages,Lee County,Florida;Project Manager.As Project Manager, Bill was responsible for the preparation and delivery of the Lee County Complete Streets Initiative(LCCSI)Design Build Criteria Package for their $10.4M TIGER V Grant.Team services included field reviews,data collection and evaluation of the planned projects listed in the LCCSI TIGER V Grant application; preparation of Conceptual Plans which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks,pathways,bike lanes and shoulders; preparation of an Engineers. Project Manager;Vanderbilt Beach Road Extension Corridor Study; Collier County, Florida. Managed a corridor study to investigate the feasibility of extending Vanderbilt Beach Road east into the Golden Gate Estates area from Collier Boulevard (CR 951)to DeSoto Boulevard,a distance of approximately 10 miles. Project Manager;Collier Boulevard(US 41 to Davis Boulevard)Design;Collier County, Florida. Managed this design project which involved roadway capacity improvements to a 7-mile segment from US 41 to Davis Boulevard. CH2M HILL provided design plans and specifications for widening the existing four-lane roadway to a six-lane facility,including four major intersections. Project Manager;Immokalee Road(CR951 to 43rd Ave.NE)Design; Collier County, Florida. CH2M HILL designed the 8.1-mile widening of Immokalee Road from two to six lanes(initial construction of four)converting the existing rural section to an urban section.The services provided for this project include complete roadway design and permitting services,drainage design,wetland mitigation,8 miles of 36"Water Main Design, 6 miles of 16"Force Main Design,signal design, roadway lighting,traffic studies,and services during construction. Proiect Specific Experience: • Project Manager;Collier Boulevard(Golden Gate Boulevard to Green Boulevard)Design; Collier County,Florida. • Project Manager;Collier Boulevard(Golden Gate Boulevard to Immokalee Road)Design;Collier County,Florida. • Project Manager;Vanderbilt Beach Road(Airport-Pulling Road to Collier Blvd)Design;Collier County,Florida. • Project Manager; North Road Relocation Project,Naples Municipal Airport;Collier County,Florida. • Project Manager; Pine Ridge Road(Airport Pulling Road to Logan Boulevard);Collier County,Florida. Collier County-Design Services for LAP Funded Projects RFP No. 15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer uM. N x]§49 • Adam Ahmad, PE, AICP Education • B.S., Civil Engineering, University of Kansas Professional Registrations Professional Engineer: Florida,#72472111 American Institute of Certified Planners(AICP),#028767 Distinguishing Qualifications Adam is based in CH2M HILL's Naples office and will provide local expertise. He has 10 years of experience on transportation projects in the County and has established working relationships with local transportation and public works departments, as well as extensive stakeholder interaction experience. • Experienced in civil engineering site and roadway design/mapping and surveying,computer information science, management,cartography, and graphic design • Works on topographic surveys both in field data collection and office data using control, boundary,topographic,GPS and High Definition Surveying technology Relevant Experience Design Manager;Transportation Program Management, Seminole Tribe of Florida, Hollywood,Florida;As Design Manager,Adam oversaw the efforts for a variety of transportation planning and engineering services for all six reservations in Florida including Hollywood,Tampa, Big Cypress, Brighton, Fort Pierce and Immokalee. Roadway Design Engineer; FPID 426836-1 Wildlife Crossing, assisted in developing a design/build criteria package for an Experimental Wildlife Underpass located on Immokalee Road. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Roadway Design Engineer;Vanderbilt Beach Road Widening,Collier County,FL,Assisted in post design services for the widening of 5.5 miles of an existing two-lane roadway to a six-lane, urban divided roadway. The project is located in a rapidly growing area of Collier County and required extensive attention to public concerns regarding local access,circulation,traffic demand, impacts to businesses and residential areas, and aesthetics. Responsibilities included preparation of utility designs, drainage calculations and field investigations and calculations. Roadway Design Engineer; Collier-Immokalee Intersection;Collier County, Florida. Prepared Utilities designs,drainage calculations and field calculations. Provided aerial photography, attended public meetings and performed modeling and computer simulations. Roadway Design Engineer;Collier Boulevard Widening(Golden Gate Canal to Golden Gate Boulevard);Collier County, Florida. Involved in the widening of 4 miles of the existing two-lane roadway to a six-lane, urban divided roadway. Created exhibits, attended public meetings, prepared Gantt chart schedules in Microsoft Project. Roadway Design Engineer; LCCSI Design Build Criteria Packages,Lee County, FL; Performed field reviews and data evaluation of the planned projects listed in the Complete Streets Initiative TIGER Grant application; preparation of Conceptual Plans(horizontal layout on aerial photos)which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders; preparation of an Engineers Opinion of Cost based on typical quantities associated with project features and the limited survey data obtained as part of this work order;development of the design criteria Collier County-Design Services for LAP Funded Projects IMIRE ` I REP No.15-6471 xg: September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer i 16A2 IV. Specialized Expertise of Team Members TEAM BIOS Below are brief bios of additional personnel proposed on the project including our subconsultants. Lonnie Howard,RE.- Principal-in-Charge Lonnie began working for Johnson Engineering in 1994 after completing the University of Florida's graduate program in groundwater and open channel hydraulics.His dedication and leadership enabled ' him to be elected President of the firm in 2012.Under his direction,the firm has successfully exceeded f its target revenue,profit,and business growth objectives for the last four years.This success is based ' in part to Lonnie's relentless commitment to client satisfaction and out-of-the-box strategies to improve efficiency.In addition to running the overall operations of the firm, Lonnie is a professional engineer,also responsible for the firm's groundwater resources team.He has extensive experience in hydrogeological investigations,well construction,wellfield design,groundwater modeling,dewatering plans, deep injection wells, water supply planning, and water use permitting. He has worked on numerous projects for municipalities, utilities, private developers,and agricultural clients. Lonnie has also provided expert testimony before hearing examiners related to zoning cases and before the Governor's cabinet pertaining to water supply and hydrogeology at the Babcock Ranch. Jennifer Chrovian - LAP Contract Compliance Jennifer has worked in the firm's transportation group since 2003. She is responsible for providing administrative services for both the Design and CEI transportation groups as an administrative assistant Sil :,' I and Resident Compliance Specialist(RCS).Jennifer has provided Project LAP/EEO Coordination and Oversight on multiple projects for Lee County, City of Fort Myers, and Hendry County. Services include recordkeeping and reporting of contractor Equal Employment Opportunity(EEO)compliance, Disadvantaged Business Enterprise (DBE)/Affirmative Action (AA) Plan compliance, wage and payroll compliance (including interviews and verification of payrolls),monthly documentation review, preparation of pre-construction documentation as well as closeout preparation including the FDOT audit She recently provided monitoring services to support Collier County for LAP compliance on a sidewalk project in Golden Gate City. Jared Brown,P.E.,LEED AP - QC Team Jared joined Johnson Engineering in 2011 as a project manager and is responsible for the day to day operations of the Naples office.A resident of Collier County since 1999,Jared has worked on a } wide projd around pfits, locmunicipalities, developersrange, architectsof ects, engineersinanand contractorsNaples. He onhas multipleworked simuwithltaneousnonro projectsal. Serving as the -4 110 point of contact for clients,project design teams and sub-consultants.Jared has been responsible for project management,civil design,drawing preparation,specifications and construction observation for commercial, institutional and residential projects. Including project engineer for utility and roadway infrastructure at Ave Maria and project manager for the development of the Naples Botanical Garden. a Leah Holmes,E.I.- Design Support Staff Leah is an Engineer Intern and a Qualified Stormwater Management Inspector.She brings experience _` performing roadway design,drainage design using GIS and ICPR,as well as permitting,traffic analysis and construction observation. Leah provides various roadway design functions,traffic analyses and 1. associated permitting. John Glenn,E.I.- Design Support Staff A John currently serves as an engineer intern in our transportation group.After graduating from Florida � . Gulf Coast University in 2013,John joined the Johnson EngineeringTransportation group full time after ._.. completing his second internship.With his primary focus on roadway design,traffic impact analysis, T quantity takeoffs and cost estimations,John understands what must be done to successfully plan for v: and design roadway projects to serve both the clients and publics needs. JOHNS.. fr Collier County-Design Services for LAP Funded Projects /\ 1,- 1' RFP No.15-6471 September 28,2016 ENGINEERING = 7 Equal Opportunity/Aff rmative Action Employer 16A2 IV. Specialized Expertise of Team Members David Zemaitis - Design Support Staff •. David joined Johnson Engineering in 2015 and works in the Transportation Group as a Design Technician. He has worked on various projects throughout Southwest Florida over the last decade and is proficient in the use of MicroStation and GEOPAK civil design software, Guide Sign and Auto Turn. David is knowledgeable of both the Florida Department of Transportation and North Dakota Department ofTransportation design guidelines,plans preparation requirements and detailing ($ standards. He is also knowledgeable of the Manual Uniform Traffic Control Design,Florida Greenbook Design Standards and AASHTO Standards. He is experienced in land surveying,underground utility construction,site observation and engineering/construction inspection.David continued his education through Bentley LEARN, FDOT and NDDOT training in traffic control,work zone safety, roadside design and specification package preparation. Phil Chang,RE.- LAP Design Team 2 Engineer Phil is the branch manager of the firm's Lutz office. He has worked on various projects throughout P`. Southwest and West Central Florida,as well as outside of Florida,and is familiar with the design and permitting procedures of the local municipalities as well as the Southwest Florida Water Management District(SWFWMD)and the Florida Department ofTransportation(FDOT).Phil's primary experience as a project manager includes peer review, design and permitting of transportation improvement projects as well as other public sector projects. Zachary Stone,E.I.- Design Support Staff Zak joined Johnson Engineering in 2014 after graduating from Florida Gulf Coast University. Zak brings a range of skills to the project team with experience in transportation,development,and utility related projects.His main work functions include traffic data analysis,roadway design,quantity take-offs,and plan production. Tremayne Whitfield- Design Support Staff Tremayne joined Johnson Engineering in 2004 and works in the transportation group as a designer III. He has experience and training in roadway design utilizing FDOT standardization.Along with his 114 experience,he possesses excellent organizational skills,high motivation,creativity,and is commended i, for being a hard and resourceful employee. His skills include an array of software for not only roadway design,but also computer visualization. i Michele Newbury- Design Support Staff Michele is a CAD Technician II for the Transportation Department and has worked on various projects throughout Southwest Florida. Michele is familiar with FDOT Plan Preparation Assembly 44 and the FDOT Design Criteria and Processes necessary to complete projects. Michele has several years of experience and familiar with multiple CAD platforms and software,including AutoCad and Microstation/Geopak,to make production of our plans as efficient as possible,utilizing FDOT Roadway Design Standardizations, FDOT CAD Standards,AASHTO Standards, FDOT Greenbook Standards, 1 and the MUTCD Design Standards. Barry Syren,P.S.M.- Surveying& Mapping Barry has been surveying for Johnson Engineering for 38 years and has managed the firm's Naples surveying group for the last 25 years. He joined Johnson Engineering in 1978 as a rodman, shortly thereafter became an instrumentman,and was then promoted to field crew party chief. He is a licensed Jprofessional surveyor and mapper and his experience in the field is extensive. He has provided field information for subdivision and condominium record plats,mean-high water determinations,roadway ' alignment and topographic surveys for public and private clients. He has performed and managed construction staking,boundary surveys,topographic surveys,design surveys.He has provided staking for Florida Power and Light distribution and transmission lines and has prepared sovereign submerged lands leases and easements.Barry regularly provides design surveys for all market groups within the company. n Collier County-Design Services for LAP Funded Projects s I. �� RFP No.15-6471 go--may i September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer 16A2 IA 2 IV. Specialized Expertise of Team Members ��� Chad Polk,P.E.(CH2M)- Design Support Staff • Chad has more than 14 years of experience in the design of interstate freeway and state and county road projects throughout Florida.Chad's experience includes planning, preliminary and final design, RRR,intersection designs,bicycle and pedestrian feature designs,crash analysis,safety improvements, pavement design, preparation of variations/exceptions, cost estimating, construction duration estimating, and preparation of specifications. Chad has experience managing both roadway and safety related projects. Most recently, he has served as the safety product manager as part of the SHRP2 being implemented by the FHA.For Collier County,Chad is currently providing Conceptual J Intersection Designs for the Collier County Planning Department which entail turn lane additions,bike lanes,sidewalks and pathways at five major intersections. Ken Wooten,P.E.(CH2M) - Design Support Staff Ken has more than 18 years of progressive experience in roadway design, including urban improvements and resurfacing projects in Florida,as well as in PD&E studies.He has managed roadway � and intersection design projects, including milling and resurfacing, throughout Florida for FDOT and other clients including Collier County. Ken has specific expertise with FDOT plans production requirements, including quantities, specifications, and electronic delivery. He will be responsible for providing alternatives analysis for the bikeway,pathway,and sidewalks.He has served as Engineer of Record on multiple intersection improvements and RRR projects.Ken's experience includes serving as ii the design project manager for the Cass Street and Tyler StreetTwo-Way Conversion Project which included design of traffic signals at 17 intersections and revising the roadway typical section to include a two-way barrier separated bicycle track. Ken was part of the design team that developed the Lee County Complete Streets Design/Build Criteria Packages for the Lee County MPO TIGER Grant Ken also managed the Collier County Immokalee Road Wildlife Crossing Design—Build Package which was a LAP Project with FDOT District I Ifvii ' Felicia Kirby,E.I.(CH2M)- Design Support Staff Felicia has experience in the geometric design of streets, sidewalks and bike paths within Collier ACounty.She has also performed traffic engineering work in Lee County composing a series of Systems Engineering Documents relating to ITS along Daniels Parkway,from South Point Boulevard to Gateway Boulevard.Felicia is currently providing services to Collier County as Lead Designer for fifty (50) Bus Stop Design Improvement Projects which require site modifications and sidewalk improvements/ additions to achieve ADA Compliance. Hi S Vincent Zaliaukas,RE,SECB (HighSpans) -Structural pats Vince has over 22 years of experience leading the design and construction of bridge,miscellaneous structures and transportation projects,with a specialized education in structural engineering. Vince E N G I N E E R I N G, I N c. is responsible for preliminary and final engineering design, preparation of construction plans and documents,cost estimates,and construction contract administration for a wide variety of structures, Harmon Bennett,P.E.(Tierra)- Geotechnical Harmon has completed numerous projects for the FDOT as Geotechnical Engineer in the areas of IERRA roadway and bridge foundation investigations, asphalt coring and evaluation programs and design 1 " studies,He has completed numerous geotechnical investigation and materials testing service projects for private clients, to include multi-story structures, distribution centers, hotels, large-scale retail, hospitals and others. He has served as the Contract Project Manager for multiple FDOT District I District-wide Materials Testing Contract and District 7 District-wide CEI Contracts, coordinating contract management,testing,and personnel utilization.He has also completed numerous Construction Engineering&Inspection(CEI) Projects for State Agencies.Harmon holds a current Florida Engineer's License as well as an inactive Florida General Contractor License.He is experienced in nearly all forms of construction for Commercial and Transportation related projects,including multi-story structures, large scale commercial,roadways,bridges,walls,foundations,etc. Oliver Rodrigues,P.E.,PTOE (FTE)- Lighting Oliver has more than 24 years of experience in performing a variety of projects for clients throughout /'��E Florida.His traffic design and engineering experience includes Engineer of Record and the preparation of design plans for minor design,traffic signalization,signing and pavement marking and street lighting i projects.He has experience preparing specification packages,cost estimates,and contract documents. s,40 Oliver has coordinated with utility companies and maintaining agencies,as well as coordination during construction services relating to request for information and shop drawing approval. Collier County-Design Services for LAP Funded Projects ;� RFP No.15-6471 September 28,2016 ENGINEERING -aft 1 Equal Opportunity/Affirmative Action Employer U 1I' liApecialized; CH2M Naples S8f)1 PehF:an bav 81vd Sw[e 505 2/144! Naples.Fl 14119 Q r:239 Ylf,91)i F X12345 )5.' www t him rem April 6,2016 Mr.Josh Hildebrand,P.E.,PTOE Johnson Engineering,Inc. 2350 Stanford Court Naples,Florida 34113 Re:Collier County RFP 15-6471— ngineering-and Design Services for LAP Funded Projects Dear Mr.Hildebrand, This letter confirms that CH2M is committed to working with Johnson Engineering,Inc.on RFP 15-6471 as needed. Regards, CH2M Bill Gramer,P.E.,AICP Vice President Transportation 239-596-9222 bgramer@ch2m.com [ TRANSPORTATION BUSINESS GROUP Collier County-Design Services for LAP Funded Projects go RFP No.15-6471 ��/������llll�� September 28,2016 ENGINEERING , Equal Opportunity/Affirmative Action Employer 1 6 A 2 ..., . ......, „m,,,,,,,,,,_ , . Hi hS ans ENGINEERING, INC. 1500 JACKSON STREET—SUITE 201 FT.MYERS,FL 33901 OFFICE: 239.433.3000 April 6,2016 Mr.Josh Hildebrand,P.E.,PTOE Johnson Engineering,Inc. 2350 Stanford Court Naples,Florida 34112 Re:Collier County RFP 15-6471—mrd Design Services for LAP Funded Projects Dear Mr.Hildebrand: This letter confirms that HighSpans Engineering,Inc.is committed to working with Johnson Engineering,Inc.on RFP 15-6471 to perform structural services as needed. Sincerely, HighSpans Engineering,Inc. -.. ::11-----\--- •E,c.j'-------- Bonnie D'Angelo Marketing Coordinator 239-433-3000 bonnie@highspans.com ,/ Collier County-Design Services for LAP Funded Projects MEE RFP No.15-6471 September 28,2016 ENGINEERING ,- - MOM r I Equal Opportunity/Affirmative Action Employer v . ' .-., T IERRA April 6,2016 Johnson Engineering, Inc. 2350 Stanford Court Naples, Florida 34112 Attn: Mr. Josh Hildebrand, P.E., PTOE RE: Letter of Intent to Provide Subconsultant Services RFP 15.6471 —Engineering nd Design Services for LAP Funded Projects Collier County, Florida Mr. Hildebrand This letter serves as our firm's intent to provide Geotechnical Engineering and Construction Materials Testing and Inspection Services for the above referenced contract. Tierra, Inc. agrees to provide all geotechnical engineering, and materials testing services as needed on the above referenced contract for Collier County and Johnson Engineering. Tierra, Inc. is a full service consulting geotechnical and construction materials testing engineering firm. Tierra is certified under the Florida Unified Certification Program (UCP)as a Disadvantaged Business Enterprise(DBE) by the Florida Department of Transportation (FDOT). Tierra is also certified as a Minority Business Enterprise(MBE) by the Florida Department of Management Services, Office of Supplier Diversity. We appreciate the opportunity to be a part of your team for this contract. Our intent is to provide Johnson Engineering and Collier County with the best geotechnical engineering services possible. Sincerely, TIERRA, INC. Com" Henri V.Jean, P.E. Principal Geotechnical Engineer J 813-989-1354 ei" 1 N: hiean(a)tierraenq.com Collier County-Design Services for LAP Funded Projects MIIIME RFP No.15-6471 11 II September 28,2016 ENGINEERINGIII 117 Equal Opportunity/Affirmative Action Employer 1 $ A2r V. Specialized Expertise of Team Members 4 41610 FTE April 6,2016 CORPORATE OFFICE Punta Gorda,FL FLORIDA OFFICES Mr.Josh Hildebrand,P.E.,PTOE Chipley Miami Johnson Engineering,Inc. Tallahasseunta Gorda e 2350 Stanford Court Tampa Naples,Florida 34112 GEORGIA OFFICE Re: Collier County RFP 15-6471 — Design Services for LAP Atlanta Funded Projects MISSOURI OFFICE Kansas City Dear Mr. Hildebrand: This letter confirms that Florida Transportation Engineering(FTE)is committed to working with Johnson Engineering,Inc. on RFP 15-6471 to perform lighting services as needed. Sincerely, Florida Transportation Engineering(FTE) Ravi Devaguptapu,P.E.,PTOE President Ph 941-639-2818,Ext 101 Email: ravi( fteinc.net �} Collier County-Design Services for LAP Funded Projects INEBEIM RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer . _. V. References ..,. , . _ ... , .. ... . , . _ . _ • - . , • ' tat% • ... , 1 1 r ..._ --- -.71-7 - ,Ak.011*4' ' -,, ,•.' , -:',, „ , - - -.. • 4,- miENGINEERING —hm a r—or° m 1 1 _ I ' um References '_ k; . Colter County Administrative Services Depait'nent Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 15-6471 Design Services for LAP Funded Projects Reference Questionnaire for: Johnson En2ineeriu,Inc. (Name of Company Requesting Reference Information) Ryan Bell,P.E.,PTOE Director ofTransportation (Name of Individuals Requesting Reference Information) Name: Mr.Avant Brown Company: Glades County Road Department (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: abrown@myglades.com FAX: (863) 946-1936 Telephone: (863) 946-0771 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: C.R.733 Completion Date: March 2015 Project Budget: $960,000 Project Number of Days: 240 Change Orders-Dollars Added : 0 Change Orders-Days Added: 0 Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: (239) 334-3661 By 4/5/2016 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Collier County-Design Services for LAP Funded Projects RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer I 1 6 A 2 V. References "= Cot er county Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 15-6471 Engineering-and Design Services for LAP Funded Projects Reference Questionnaire for: Johnson Engineering,Inc. (Name of Company Requesting Reference Information) Ryan Bell,P.E.,PTOE Director ofTransportation (Name of Individuals Requesting Reference Information) Name: Ms.Kelly O'Nan Company:Hendry County Engineering Department (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: konan©hendryfla.net FAX: (863) 674-2941 Telephone:(863) 675-5222 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: S.R 80 Lighting- LAP Completion Date: March 2014 Project Budget: $84,204 Project Number of Days: 30 Change Orders-Dollars Added : 1-0 Change Orders-Days Added: 1-0 Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. _ 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: (239) 334-3661 By 4/5/2016 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Collier County-Design Services for LAP Funded Projects MIEN RFP No.15-6471 September 28,2016 ENGINEERING ! Equal Opportunity/Affirmative Action Employer 1 6 A 2 Y References coker County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire Solicitation: 15-6471 Design Services for LAP Funded Projects Reference Questionnaire for: Johnson Engineering,Inc. (Name of Company Requesting Reference Information) Ryan Bell,RE.,PTOE Director ofTransportation (Name of Individuals Requesting Reference Information) Name: Ms.Sarah Clarke Company:Lee County Department ofTransportation (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: sclarke©leegov.com FAX: (239) 533-8307 Telephone:(239) 533-8580 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Colonial Blvd.(C.R 884) Completion Date: March 2012 Project Budget: $16,724,108 Project Number of Days: 764 Change Orders-Dollars Added : 8 -$133,220.56 Change Orders-Days Added: 8- 134 days Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: (239) 334-3661 By 4/5/2016 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Collier County-Design Services for LAP Funded Projects IF�i„i � RFP No. 15-6471 II September 28,2016 ENGINEERING " Equal Opportunity/Affirmative Action Employer 16A2 V References Colter CoH.nty Adminstrative Services Department Procurement services Division Attachment 8: Reference Questionnaire Solicitation: 15-6471 E eering-ate Design Services for LAP Funded Projects Reference Questionnaire for: Johnson Engineering,Inc. (Name of Company Requesting Reference Information) Ryan Bell,P.E.,PTOE Director ofTransportation (Name of Individuals Requesting Reference Information) Name: Mr.Shane ParkerCompany:Hendry County Engineering Department (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: sparker©hendryfla.net FAX: (863) 674-2941 Telephone:(863) 675-5222 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10,with 10 representing that you were very satisifed(and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: C.R.78,Phase 2 Completion Date: January 2014 Project Budget: $774,499 Project Number of Days: 270 Change Orders-Dollars Added : $30,180.22 Change Orders-Days Added: 1 -29 days Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration(completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: (239) 334 3661 By 4/5/2016 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Collier County-Design Services for LAP Funded Projects JOHNSON� RFP No.15-6471 II September 28,2016 ENGINEERING ". Equal Opportunity/Affirmative Action Employer 1 A 2 Cenc., Collier County Administrative Services Department Procurement Services Divis on Attachment 8: Reference Questionnaire Solicitation: 15-6471 Eeering-and Design Services for LAP Funded Projects Reference Questionnaire for: Johnson Engineering,Inc. (Name of Company Requesting Reference Information) Ryan Bell,P.E.,PTOE Director ofTransportation (Name of Individuals Requesting Reference Information) Name: Mr.Larry Harris Company: Pasco County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: Iharris@pascocountyfl.net FAX: (727) 834-3617 Telephone: (727) 834-3604 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again)and 1 representing that you were very unsatisfied(and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored"0." Project Description: Cypress Knoll Drive (LAP Sidewalk) Completion Date: April 2012 Project Budget: $17,200 (Design) Project Number of Days: 180 Change Orders-Dollars Added : 0 Change Orders-Days Added: 0 Item Citeria Score 1 Ability to manage the project costs(minimize change orders to scope). 10 2 Ability to maintain project schedule(complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future(customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: (239) 334-3661 By 4/8/2016 30 RFP 15-6471 Engineering and Design Services for LAP Funded Projects Collier County-Design Services for LAP Funded Projects IpplEINZI RFP No.15-6471 September 28,2016 ENGINEERING - f-- Equal Opportunity/Affirmative Action Employer VI. Acceptance of Conditions Q os 0 ......: 'v..._.m,.tilg;..,. ,,,,, -. r saHgy,,. ..a E 1 t_ , k At \ ' . , 5 Sal ' *--,.. .-,.. ENGINEERING ,,-.,,, -: - i { i` A VI. Acceptance of Conditions of I Johnson Engineering does not have any exceptions to the general terms and conditions listed in this RFP to the insurance requirements,or to any other requirements listed in the RFR mil 41 It I a g Collier County-Design Services for LAP Funded Projects WW2 RFP No.15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer r ,,--k. VII. Forms T 0 3 .,. fre- rt� 00 , ■ i 1140,1 e . ,...„ ... . ... .. ,... _ .......• _. .....„ .,....; . .. . , .,,,,,..4:. ,.. 2 ,, , ••1 . ., 1,..,„.„.. - .......i _.,,,..,.. .,..„•...,,z„,...,• ,,, ,. ........ ., .,...., _ . •52 . . . ... . „so.... . ,...i.; c:" WW1, - ENGINEERING Lamm g Cotter County Administrative Services Department Procurement Services Division Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: 141 The Proposal has been signed. fib All applicable forms (including granting agency forms) have been signed and included, along with licenses to complete the requirements of the project. 'j] Copy of Internet certification that the Vendor is not on the Federal Excluded Parties List System at: www.sam.aov, and select SEARCH. 'E] The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Brenda Brilhart, Procurement Strategist IStj The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. rja The Proposal will be mailed or delivered in time to be received no later than the specified due date _��� and time. (Otherwise Proposal cannot be considered.) [V] If submitting a manual proposal, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET. Name of Firm: Johnson Engineering,Inc. Address: 2122 Johnson Street City, State, Zip: Fort Myers,FL 33901 Telephone: 239.46 .245 (") E il: mdickey@johnsoneng.com Representative Signature: Mic ael Dic ,P.E. 9/28/16 23 RFP 15-6471-Engineering-end Design Services for LAP Funded Projects J & t : Gorier County Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit 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 proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Johnson En ' erin ,Inc. Signature and Date: 9/ 6 Print Name 4ichael Dickey,P.E. Title of Signatory Vice President State of Florida County of Lee SUB§ACRIBE AND SWORN t2 before me this ( day of . y -i--'- , 201(a, by Y V1 it 0ls >?!r. , who ispersonally known to me to be the Vic:* P uLA4' for the Firm,OR iwizirufriathicedllaglotl Notary Publ( 7,7 My Commission Expires - '1- ,2' a' r ,. YYOMAL BAUGHMAN OINON/FFOtt1204 r !ate Thu NobyPubic Unde___ 24 RFP 15-6471 Engineering-and Design Services for LAP Funded Projects Collier County Administrative Services Department Procurement Services Division Attachment 4:Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: Solicitation 15-6471 Engineering and Design Services LAP Funded Projects Dear Commissioners: The undersigned, as Vendor declares that this proposal 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 agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Vendor states that the proposal is based upon the proposal documents listed in the solicitation noted above. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 28thday of September, 2016 in the County of Lee , in the State of Florida Firm's Legal Name: Johnson Engineering,Inc. Firm's Dun and Bradstreet Number(DUNS) (Found at www.dnb.com) 048177489 CCR#or CAGE Code Florida Certificate of Authority Document 322710 Number(httD://www.sunbiz.org) Federal Tax Identification Number 59-1 173834 Address: , 2122_Johnson Street City,State,Zip Code: Fort Myers, FL 33901 _ Telephone: (239) 334-0046 ! /� AX: (239) 334-3661 Signature by:(Typed and written) Michael Dickey,P.E. �J�{// Title: Vice President "����"""��� Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City,State,ZIP Telephone: FAX: _ Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City,State,ZIP Telephone: Email: 25 RFP 15-6471 Engineenngand-Design Services for LAP Funded Projects 1 6 A2 Attachment 5: Immigration Law Affidavit Certification Solicitation#and Title : 15-6471 Engineering and Design Services LAP Funded Projects This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Vendors/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence 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. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program. may deem the Vendor's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's/Bidder's proposal. Company Name Johnson Engineering,Inc. Print Name Michael Dicke , Title Vice President Signature Date 9/28/16 State of Flnrida County of Lee / The foregoing instrument was signed and acknowledged before me this ,a7 day of to-kiv- ,2044, by Michael Dickey,P.E. wh (Print.r Type Name) a (Type o'Identification and Number) No ary Publi• •na-'e ssamsmeggeriP- 5 i '4 r u—i l 4AA) w Ult441.114110111.91072m4 Printed Name of Notary Public • IMMOs:agrat%ION r i:.ice° Pamdid 7Mi Ikiiri R/ils Urdumdbis C Notary Co mission umber/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 26 RFP 15-6471 Design Services for LAP Funded Projects �•. Cotter County Administrative Services Department Procurement Services Division Attachment 6:Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name Johnson Engineering,Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address_ 2122 lohnson Street City Fort Myers State Florida Zip 33901 Telephone (239) 334-0046 FAX (239) 334-3661 Email vmitchell@johnsoneng.com Order Information Remit/Payment Information Address Address P.O.Box 1550 City State Zip City Fort Myers State Florida Zip 33902 FAX FAX (239) 334-3661 Email Email vmitchell@johnsoneng.com 2. Company Status(check only one) _Individual!Sole Proprietor X Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) C Enter the tax classification (D=Disregarded Entity, C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 59-1173834 (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Under pe altie f ry, erti at the inform ' n shown on this form is correct to my knowledge. Signature Date 9/28/16 Michae Dickey,R ., ice Preside (239) 334-0046 27 RFP 15-6471 Engineering-and-Design Services for LAP Funded Projects Colter County Administrative Services Department Procurement Services Division Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/ Consultant shall 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 ContractorNendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. 4. Z Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as 0 Watercraft $ Per Occurrence noted: ❑ 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 and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate O Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 28 6. ❑ 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. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds 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. 8. /i4 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. 9. /1 Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® 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. 11 IN Thirty(30) Days Cancellation Notice required. Lbj 5/20/2015 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Johns En -neeri , c. e 9/28/16 Vendor Signature Print Name M" hael Dickey,P.E. Insurance Agency Lykes Insurance Inc. Agent Name Todd Speas Telephone Number (239) 931-5600 29 RFP 15-6471 E ineering-and Design Services for LAP Funded Projects Ld,,ya1 ARD® DATE(MM/DD/VYYY) �� CERTIFICATE OF LIABILITY INSURANCE 9/26/2016 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(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Linda Johnson Lykes Insurance,Inc. PHONE239-931-3027 FAX 2 P.O.Box 60043 (A/C No Frtp IA/C.Nol: 39-931-5604 Fort Myers FL 33906-6043 ADDRESS:Ijohnson@lykesinsurance.com INSURER(S)AFFORDING COVERAGE NAIC M INSURERA:Continental Casualty Company 20443 INSURED JOHNS05 INSURER B:American Cas Co of Reading PA 20427 Johnson Engineering,Inc. INSURERc:Continental Insurance Company 35289 DMC Properties LLP 2122 Johnson St. INSURERD:Valley Forge Insurance Co. 20508 Fort Myers FL 33901 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:890253568 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 ADDL SUBR POUCY EFF POUCY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER IMM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y 4027219232 9/15/2016 9/15/2017 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO REN rED PREMISES(Ea occurrence) $500,000 MED EXP(Any one person)_$15,000 _ PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X jECT X LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 5084100207 9/15/2016 9/15/2017 (EaCOMBINED SINGLE LIMIT $ CO BIKED 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident)AUTOS $ NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ HIRED AUTOS X PIP PIP $10,000 C X UMBRELLA LIAB X OCCUR 4034928401 9/15/2016 9/15/2017 EACH OCCURRENCE _$5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 $ D WORKERS COMPENSATION 4034939852 9/24/2016 9/24/2017 X PER OTH- AND EMPLOYERS'LIABILITY �,/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? n N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS(VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) PROJECT: Collier County - Design Services for LAP Funded Projects, RFP 15-6471 Collier County Board of County Commissioners is listed as Additional Insured with respect to General Liability per endorsement CNA75079XX. 30 days notice of cancellation applies except 10 days for nonpayment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 Tamiami Trail East ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34112-4901 AUTHORIZED REPRESENTATIVE I 2(/ WS'i ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD R 1. n 3.j a' L JOHNS-1 OP ID:LV ACC)FIo CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DO/YYYY) 09/26/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kristin McIntosh JCJ Insurance Agency PHONE FAX 2208 Hillcrest Street (A/C.No,Est):321445-1117 (A/C No):321-445-1076 Orlando,FL 32803 ao AIL certs@jcj-insurance.com Mark E.Jackson INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Berkley Insurance Company 32603 INSURED Johnson Engineering,Inc. INSURER B: 2122 Johnson St. Fort Myers,FL 33901 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO- JECT I LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS _AUTOS —NON-OWNED (per accident) DAMAGE $ HIRED AUTOS AUTOS UMBRELLA LIAB _OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITYY/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? I I N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab AEC-9006341-00 09/15/2016 09/15/2017 Per Claim 2,000,000 Claims-Made Form Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Collier County-Engineering-and Design Services for LAP Funded Projects, RFP 15-6471 30 Day Notice of Cancellation,except for 10 days for non-payment. CERTIFICATE HOLDER CANCELLATION COLL329 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoardof CountyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Commissioners 3299 Tamiami Trail East,#303 Naples,FL 34112-5746 AUTHORIZED REPRESENTATIVE 7- ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 16A2 2 �7E7• County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #1 i7jciL( 1\/ Memorandum Date: March 28, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #1 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: To be considered for award, the firm(s) submitting as the prime Consultant must, at a minimum, be pre-qualified through the Florida Department of Transportation (hereinafter, "FDOT") in the following work groups per Category: • 3.1 Minor Highway Design To be considered for award, the firm(s) submitting as the prime Consultant or their subconsultants must, at a minimum, be pre-qualified through the Florida Department of Transportation (hereinafter, "FDOT") in the following work groups per Category: • 3.1 Minor Highway Design • 4.1.1 Miscellaneous Structures • 7.1 Signing, Pavement Marking, and Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way, and Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing Note: Language deleted has been ask-through. New language has been underlined. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager �� „ County Email: BrendaBrilhart@colliergov.net 16A2 Telephone: (239) 252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #2 iya,„( Tay Memorandum Date: April 8, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #2 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. April 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 Cotter County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #3 fiA-1( Memorandum Date: April 12, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #3 RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. April 25, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager 16A2 it? Co ier County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #4 fiA1( Tay Memorandum Date: April 20, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #4: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. May 5, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager Co Ter County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #5 i7,1.(1 T,-/diz2z Memorandum Date: May 2, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #5: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on May 31, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager Co County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services division FAX: (239) 252-6697 Purchasing ADDENDUM #6 ` Memorandum Date: May 23, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #6: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on June 15, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager Li } R"' otTer County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Adminisative Services Division FAX: (239) 252-6697 Purchasing ADDENDUM #7 Memorandum Date: June 7, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #7: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date for this RFP has been rescheduled to until 3:00 p.m. on July 14, 2016. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager o #fir co ier County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services D6iision FAX: (239)252-6697 Purchasing ADDENDUM #8 Memorandum Date: July 13, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #8: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on July 28, 2016. Note: any additions are underlined and language removed is struck-through If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager 6 A 2 Cott County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Athinistrafive Services Division FAX: (239)252-6697 Purchasing ADDENDUM #9j,i/riry Memorandum Date: July 21, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #9: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on August 17, 2016. Note: any additions are underlined and language removed is struck through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delate, Project Manager 1 6 Afrp.Co 2 er Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 AdministrativeServices Division FAX: (239)252-6697 Purchasing ADDENDUM #10 fi Alf, T)„,ly Memorandum Date: August 15, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #10: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on August 31, 2016. Note: any additions are underlined and language removed is strucko:gh If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joe Delete, Project Manager Co ier County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Adn nistrabve Services Division FAX: (239)252-6697 Purchasing ADDENDUM #11 ,, ,j,..( pjty Memorandum Date: August 26, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #11: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on September 14, 2016. Note: any additions are underlined and language removed is str-6isk-through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager IAA .s'-.. ( TerCounty Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 A monistrabive Services Division FAX: (239)252-6697 Purchasing ADDENDUM #12 i7i-juf) ) jay Memorandum Date: September 13, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #12: RFP 15-6471 Engineering and Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: CHANGE: The due date has been extended until 3:00 pm on September 28, 2016. Note: any additions are underlined and language removed is smock-through. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager i $ A2 Co 1e7" County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239)252-6697 Purchasing ADDENDUM #13 fij,,,L( Day Memorandum Date: September 14, 2016 From: Brenda Brilhart, Procurement Strategist To: Interested Parties Subject: Addendum #13: RFP 15-6471 Design Services for LAP Funded Projects The following clarifications are issued as an addendum identifying the following changes for the referenced solicitation: REPLACE/ADD with attached forms: • Updated Truth in Negotiations Certification 375-030-30 • Updated Certification Regarding Debarment 375-030-32 • Certification for Disclosure of Lobbying Activities on Federal Aid Contracts form 375-030-33 • Disclosure of Lobbying Activities 375-030-34 • Replace Conflict of Interest Statement (2/16 revision) 375-030-50 • Bid Opportunity list. CHANGE: • DBE Participation Statement and Bid Opportunity List must be submitted on line thorough the Departments EOC system. • Update all solicitation titles and footnotes to read: RFP 15-6471 Engineering and Design Services for LAP Funded Projects. • Page 4: Clarifying the number of consultants to be awarded via this RFP. i. Exhibit 4, (page 4) 1. The first paragraph implies one contract will be awarded from this solicitation. 2. Third paragraph provides instructions for how the County will award task work orders to multiple firms. (page 4) Each assigned Task Work Order will provide a detailed Scope of Service, including project deliverables, and the time duration to complete the work. Task Work Orders will be assigned to the selected firm -• _ approach but may consider a firm's specific qualifications based on the type of work 3. Fifth paragraph "Detail Scope of Work" change to "one contract will be awarded". ii. Exhibit V, (page 31) 1 1 • Page 4: Brief Description of Purchase The Growth Management Division is seeking professional design services for Program (LAP) federal aid projects. A list of these potential public works is attached as Exhibit VIII. The anticipated annual expenditures on these services will vary upon project design completion. The contract is limited to $1,500,000. • Page 4: Detailed Scope of Work— See Exhibit V The FDOT Local Agency Program (LAP), administered at the FDOT district level, is the mechanism used to complete prioritized projects from FDOT's Five-Year Work Program (list of projects in Exhibit VIII). The projects include sidewalks, intersection improvements, median alterations, pedestrian pathways, etc. It is the intent of the County to award more than to one contract for Engineering & Design Services. • Page 5 Contract Payment - Contract work will be distributed and initiated with a Work Order. Purchase Orders will generally be issued as lump sum for design-related services and time and materials for post-design services, with a not to exceed price. • Page 9, #8 (i): The Selection Committee will rank at a minimum three (3) qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. • Page 9, #8 Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) seven (7) working days prior to the meeting. • Page 10. #10 Proposal Selection Committee and Evaluation Factors Regarding Tie-breaker: All Committee members are encouraged to break any tied scores at the table prior to arriving at consensus. In the event this cannot be accomplished, the facilitator will revert to breaking the tie based on the evaluation criteria • Page 15: # 2: ' _ -- --- - --- - • successful vendor. • Page 15 #4: Use of Subcontractors: Bidders on any service related project, including execution of the work. • Page 16# 6: Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of$25,000 (All Federal-Aid awards will be evaluated regardless of contract value). To this end, vendors will be evaluated on their performance upon each milestone completion/termination of this Agreement. • Page 15 #7: Additional items and/or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Ordinance. Proposed services must meet the original scope of work type/general scope as advertised in the solicitation. 2 1 („A <.a la m�u • Page 16 #7: The resultant contract(s) may include purchase or work orders issued under one, or any combination of price methodologies by the County's project manager: installation price per ton, delivery price per package or carton, etc.). The invoice must identify required). • Page 16# 8: Work Orders on Fixed Term Contracts The County reserves the right to order such services from the selected firms as may be required during said period, but does not guarantee any minimum or maximum services to be ordered during the period specified from any given firm. Work Order service assignments shall be at the sole discretion of the County. • Page 16 # 8: Should any project that is active on a work order extend past the contract termination date, that work order will be active and extended (with FDOT prior approval) as necessary until completion of such project. • Page 17: In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor madc of for materials delivered in association with a contract • Page 19, #20: Single Proposal Each Vendor must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venturc submitting as primary may not then act as a sub-consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venturc as a primary, that legal entity may act as a sub-consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. • Collier County Government staff members are not to be contacted for references. On page 38, replace with the following: 8.3.21 Plan sets: A. Cover/Key Sheet B. General Notes C. Summary of Pay Items D. Drainage Maps (1"=200' maximum scale, with contours) E. Typical Sections F. Summary of Quantities G. Summary of Drainage Structures (Includes invert elevations) H. Project Layout I. Plan & Profiles (1" = 20' maximum scale) J. Driveway Profiles (1"=10' maximum scale, H&V) K. Special Profiles (if necessary) L. Intersection Layouts (1"= 10' maximum scale) M. Drainage Detail Sheets N. Drainage Structure Cross Section 3 O. Erosion Control Sheets (per NPDES) P. Soils Survey Data Sheets Q. Signing and Pavement Marking Plans R. Signalization Modification Plans S. Cross Sections Sheets (scale 1"=2' or 5' by 1"=10, 20', 40', 50') T. Traffic Control Data Sheet U. Utility Adjustment Sheets (if necessary) V. Construction Standards & Details 8.3.3 Design Documentation Report: Technical criteria, strategic decisions, project influences and processes employed in the execution of project design and plans preparation are to be memorialized in a bound document submitted to the COUNTY and FDOT. The purpose is to provide a chronicle of the strategies, decision and events that lead to the preparation of the final construction documents. At a minimum, the CONSULTANT is to provide the following documentation: 8.3.3.5. Engineer's Estimate of Probable Construction Costs and Quantity Computation The CONSULTANT will prepare preliminary estimates of probable construction costs with unit prices based on current FDOT estimates and pay items. Pay items shall match both FDOT pay item numbers and descriptions. Any special (non-FDOT) pay item numbers and descriptions shall be approved by the COUNTY. 10.4 Non-responsive Utility Owners The COUNTY shall be notified of any utility owner failing to respond to requests for design coordination by the CONSULTANT prior to the issuance of 100% plans. 12.0 60% Design Documents Submission (2 week COUNTY review / 3-4 week FDOT review) G. CADD files in either Microstation V8 or Autocad format. 12.1 90% phase submittals will be provided to the County. 12.2 100% Design Documents Submission (2 week COUNTY review /3-4 week FDOT review) J. Documented responses to 60% review comments L. CADD files in either Microstation V8 or Autocad format. 12.3 Final Deliverables (after COUNTY and FDOT have approved 100% plans) E. CADD files in either Microstation V8 or Autocad format. F. Documented responses to 100% review comments 12.4 General Phase Submission Comments All plan submittals will be printed to scale (or half-size) on 11" x 17" plan sheets. 4 1 6A 2 Additional Comments -- Contract Review Notes: a. Article 5.2 (Page 10) i. Per 23 CFR hourly rates should not be used in design. However, the method is acceptable for specialty services in support of design (i.e. survey, geotech work). b. Article 5.5 (Page 11) i. The contract indicates that there would be a max. 5% mark up for _-- - -- _ - - 0_ Note: any additions are underlined and language removed is . If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Mark McCleary, Project Manager Enc: 6 5 VIII. Grant Required Forms E rD Ea. c T .. a p hdr a " ` .._44_ _., .... _ , i .........„..„, . .:,:.-A . ....... ,„ :.,„..:c.,,,,,,,,,,:ist,,:1-,-,,,a;.,:,,,,„.--,\A„. 4 4.„..,..„... , _ ____.,:i4" 41 Y } JOHNSvial ENGINEERING ` 1 6 A 2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROCUREMENT 11/15 INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant: Johns En ine Inc. By: Michael Dickey,P.E. ,4r Date: 09/28/20 16 Title: Vice President Instructions for Certification Instructions for Certification -Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a. By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government,the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms"covered transaction,""debarred,""suspended,""ineligible,""participant,""person,""principal,"and "voluntarily excluded,"as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/),which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. COLLIER COUNTY iY:� _ .'4 .rll,�..�, ..1.., rl!. j, �5• _ I. ,., i,J i.S�?�1,.::.,`�i 1 w L •.1.'r '11 � � Ir4'i�� �i ,.,,,,1',..if'I:;,,1.,'o I•.'�, L.a•-.... .i.;i••'i, ,:••• ••: , • •, .:w• • • 4�,3 On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ohnson E • rin Inc. Date 09/28/2016 Authorized Signature11141 Address 2122 Johnson Street,Fort Myers,F 33901 Solicitation Engineering& Design for LAP Funded Projects Contract# RFP I5-6471 1 6 A STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030- CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 10/01 ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Johnson Engineering,Inc. By: Michael Dickey,P.E. D-4,r112/ Date: 09/28/2016 Authorized Signature: Title: Vice President 1 6 A 2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-34 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREM0ENTT Is this form applicable to your firm? YES ❑ NO Eg If no,then please complete section 4 below for"Prime" 1.Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan Year: Quarter: e. loan guarantee Date of last report: f. loan insurance (mm/dd/yyyy) 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and ® Prime ❑ Subawardee Address of Prime: Tier if known: Johnson Engineering, nc. 2122 Johnson Street Fort Myers,FL 33901 Congressional District, if known:4c Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9.Award Amount, if known: 10.a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, Ml): different from No. 10a) (last name, first name, Ml): 11. Information requested through this form is authorized by title 31 1at2,, U.S.C.section 1352.This disclosure of lobbying activities is a Signature: Imaterial representation of fact upon which reliance was placed by the tier above when this transaction was made or entered ,J41/ Print Name: y hael Dickey,P.E. into.This disclosure is required pursuant to 31 U.S.C. 1352. This information will be available for public inspection.Any person who fails to file the required disclosure shall be subject Title: Vice President to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. 239 334 0046 09/28/2016 Telephone No.: ( ) Date (mm/dd/yyyy): Federal Use Only: Authorized for Local Reproduction Standard Form LLL(Rev.7-97) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 975-030-50 CONFLICT OF INTEREST CERTIFICATION PROCUREMENT 01112 FOR CONSULTANT/CONTRACTOR I certify that I have no present conflict of interest,that I have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making, approval,disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective,fair, and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Consultants performing work for the Department should avoid any conduct(whether in the context of business, financial, or social relationships)which might undermine the public trust,whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. Contract No./Project Description(s): RFP 15-6471 Financial Project Number(s): Each undersigned individual hereby attests that he/she has no conflicts of interest related to the contract(s)identified above. Printed Names Signa ures Date Michael Dickey, P.E. 1 09/28/2016 I COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the PRIME to either proivde a revised statement or provide source documentation that validates a status. PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Johnson Engineering,Inc. 59-1173834 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, IS THE ACTIVITY OF THIS CONTRACT... MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y CONSTRUCTION? V CD (DBE/MBE/WBE) OR HAVE A SMALL DISADVANTAGED BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y c. CONSULTATION? CD N ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? Y OTHER? V cip SDB 8A? Y N IS THIS SUBMISSION A REVISION? Y N IF YES,REVISION NUMBER 7--, lit'S:-$..UP14- W-fig4APOPYAL:.. • 49 I DBE M/WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY (See Below) DOLLAR AMOUNT DOLLARS DBE/MBE HighSpans Engineering,Inc. Structural HA TBD TBD DBE/MBE Tierra,Inc. Geotechnical HA TBD TBD DBE/MBE FTE Lighting SAA TBD TBD • TOTALS: la BE COMPLETED BY PRIME-VENDOR/CON, NAME OF SUBMITTER DATE TITLE OF SUBMITTER Michael Dickey,P.E. 09/28/2016 Vice President EMAIL ADDRESS OF PRIME(SUBMITTER) TELEPHONE NUMBER FAX NUMBER nndickey@johnsoneng.conn (239) 461-2455 (239) 334-3661 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. Black American BA. . Hispanic American HA NatIve.American NA Subcont.Asian American SAA Asiai*PacIficikmettan , APA Non-Minority Women NMW Otiletitot Of any-other,irotii:(11steit''''--?':2:3;:'EO • DEPARTMENT NAME COLLIER CONTRACT#(IFB/RFP or PO/REQ) GRANT PROGRAM/CONTRACT ACCEPTED BY: DATE u h STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL PROCUREMENT 01/16 SERVICES Prime Contractor: Johnson Engineering,Inc. Address/Phone Number: 2122 Johnson Street,Fort Myers,FL 33901 Procurement Number: RFP 15-6471 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number:59-1 173834 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: Johnson Engineering,Inc. ® Non-DBE [' Less than $1 million 3. Phone: (239) 334-0046 ❑ Between $1 -$5 million 4. Address: 2122 Johnson Street ❑ Between $5-$10 million Fort Myers,FL 33901 IN Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1946 1. Federal Tax ID Number: 77-0681624 6. IN DBE 7. Annual Gross Receipts 2. Firm Name: HighSpans Engineering. Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: (239) 443-7010 ® Between $1 -$5 million 4. Address: 8971 Daniels Center Drive, El Between $5-$10 million Ste.305 ❑ Between $10-$15 million Fort Myers,FL 339 12 CI More than $15 million 5. Year Firm Established: 2007 1. Federal Tax ID Number: 59-3154723 6. ® DBE 7. Annual Gross Receipts 2. Firm Name: Tierra,Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: 7351 Temple Terrace Hwy ❑ Between $1 -$5 million 4. Address: Tampa,FL 33637 ❑ Between $5-$10 million ® Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1992 1. Federal Tax ID Number: 64-0183924 6. ® DBE 7. Annual Gross Receipts 2. Firm Name: Florida Transportation Engineering ❑ Non-DBE ❑ Less than $1 million 3. Phone: (941) 639-2818 ® Between $1 -$5 million 4. Address: 8250 Pascal Drive ❑ Between $5-$10 million Punta Gorda,FL 33950 ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1989 AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid—ITB) PRICE PROPOSAL(Request for Proposal—RFP) REPLY(Invitation to Negotiate—ITN) 16A2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL PROCUREMENTa7sET SERVICES 01/16 Prime Contractor: Johnson Engineering,Inc. Address/Phone Number: 2122 Johnson Street,Fort Myers FL 33901 Procurement Number: RFP 15-6471 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number 59-0918189 2. Firm Name: CH2M Hill,Inc. 6. ❑ DBE 7. Annual Gross Receipts 3. Phone: (239) 596-1715 Ig] Non-DBE ❑ Less than$1 million 4. Address: 5801 Pelican Ba Blvd. ❑ Between $1 -$5 million Suite 505 ❑ Between $5-$10 million Na les FL 34108 ❑ Between $10-$15 million ® More than $15 million 5. Year Firm Established: 1946 1. Federal Tax ID Number: 2. Firm Name: 6. ❑ DBE 7. Annual Gross Receipts 3. Phone: ❑ Non-DBE ❑ Less than $1 million 4. Address: ❑ Between $1 -$5 million ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 2. Firm Name: 6. ❑ DBE 7. Annual Gross Receipts 3. Phone: ❑ Non-DBE ❑ Less than $1 million 4. Address: ❑ Between $1 -$5 million ❑ Between $5-$10 million ❑ Between$10-$15 million ❑ More than $15 million 5. Year Firm Established: 1. Federal Tax ID Number: 6. ❑ DBE 2. Firm Name: 7. Annual Gross Receipts 3. Phone: ❑ Non-DBE ❑ Less than$1 million 4. Address: ❑ Between $1 $5 million ❑ Between $5-$10 million ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid—ITB) PRICE PROPOSAL(Request for Proposal—RFP) REPLY(Invitation to Negotiate—ITN) 16A2 . COLLIER COUNTY :..,.,,..:,.,:... ,:•.a-::I...... ....... .,,..:..:...::.::.;:,,:�::..g...:..:...,:g...,. g .,: ,W . �.�ce ®quiir�simQ,i�.' ;: I:�;:::'::'��•:. .��_ The grantee certifies that it will provide a drug-free workplace by: (a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition; (b) Establishing a drug-free awareness program to inform employees about—(1) The dangers of drug abuse in the workplace; (2) The grantee's policy of maintaining a drug-free workplace; (3) Any available drug counseling, rehabilitation and employee assistance programs, and (4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a); (d) Notifying the employee in the statement required by paragraph (a)that, as a condition of employment under the grant, the employee will— (1) Abide by the terms of the statement; and (2) Notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five days after each conviction; (e) Notifying the agency within ten days after receiving notice under subparagraph (d)(2)from an employee or otherwise receiving actual notice of such conviction; (f) Taking one of the following actions, within 30 days of receiving notice under subparagraph (d)(2), with respect to any employee who is so convicted— (1) Taking appropriate personnel action against such an employee, up to and including termination; or (2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). Michael Dickey,P.E. Vice President Certifyin Off ial a ,4f Title 09/28/201 6 Sign re Date I 6A2 A a STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT 05/14 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump-sum or cost-plus-a-fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department) requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal, or as prescribed in the contract advertisement. The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department, whichever is later. Johnson Engineering,Inc. Name of Consultant By: lf) P09/28/2016 Date 16A2 VIII. Grant Required Forms BUSINESS & PROFESSIONAL LICENSES ! __ COtO1n0-ca»l> N htt B1&NESSTAXNUMBER: „2227 i MINE VISIT OUR WEBSITE AT:wore ooNedaxo 11 THIS RECEIPT EXPIRES SEPTEMBER 20,2017 LOCATION 2360 STANFORD COURT A 5200E Cv: °�Nwa TO0$0181 COMTTRANT TO LOCAL.LAWS. N Johnson Engineering's 2000 C-' V% G OXSO'R 'TMSTAILISNON42EFUNDABLE- BUSNE53PHONE434-0.133 V, ,IP 642' 2 2 � , JOHNSON ENGINEERING.NC Collier County STATE LIC MJOHNSON ENGINEERING.NC. f 4 rte' 1 2350 STANFORD COURT Occupational License t ',y}''._,- aMM.EB FL 34112-0000 #942227 ,,ENGINEERING CO L.LcC, DATE 070 3000 CLASSIFICATION5 TA doo.menl 5.bosoms tax any.The a MS cartkation slat lemma Is 03043111. RECEIPT 7/64.43 S den not own*Ma Imran to 051511 any 93•10,topuSan mins laws alto stale.count,of an /1-Y I,�( nal dues da.0,11 lM scans fromarty odes loxes or 0erinda aur maim nomadH Be. w�.rML.4� rT- Johnson Engineering's Professional Engineerini. State of Florida Business License#642 Board of Professional Engineers Attests that JOHNSON ENGINEERING INC FBPE inlielfailliE is authorized under the provisions of Section 471.04 f olid Seatutes,to offer engineering services to the public through a Professional Engineer,duly UMW,under Chapter 471,Florida Statutes. Expiration:2/28/2017 CA lie.Not Audit No: 228201700072 642 oA; Flentm Department u,vmoa dt Iealtmer Ser.f1. Se+ke License No.LH642 Johnson Engineering's Y' �+ ;• &�vd or P7.0.0.74 St0.7..soW Manes Expiration Bate February 28.2017 H` ..e.,_ 2005 Amlaehee PNrur Tallahassee.Florida 323996360 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,HIPIda Statutes JOHNSON ENGINEERING,INC 3122 JOHNSON STREET ,.1! FORT MYERS,FL 339°1-3116 '7.7x... 7 .../ox ADAM H.PUTNAM COMMISSIONER OP AGRICULTURE Ryan Bell's state of Floridap L1c3nn nrt3tinn p nttis:tinal lCtttiticatinn3nar131nL Board of Professional Engineers 4/ Atte.,that R,Jan N.bell Ryan K. Bell,P.E. 3...r a4/J47..a.r.� [ .44.� .,aa'rofssinnal Traffic FBPC b..4.4c1L 1 . PROFESSIONAL TRAFFIC OPERATIONS ENGINEER t „ ..,err..ru,A",4_,41,3.;s.•ra p,..,f reaa✓ I [ceased as a Professi3na Engineer under Chapter 471,Florida Statutes I,:Ie..:212812017 RE.Lc No: r�'�F�••••ti.zdJ2,�...da G/i!9� -- 220201727881 60016 >f,x050 4E.,-. t( Josh Hildebrand's State of Florida a[esnsportationticnfensimtaltCertitiratinn?5n:lul lhu Board of Professional Engineers Joshua:games?Hililebran0 Attests that Joshua James Hildebrand,P.E. - d�^r^-.. ' , �FBPE FFIC 17.YSE1...,. t PROFESSIONAL TRAFFIC OPERATIONS ENGINEER 4 _, 446.24,.411 Is licensed as a Professional Engineer under Chapter 471,Florida Statutes 6-44.4,....4.33M.....,.....'�b 11 Eryuaaon:2/2812017 P.H.Le.No: 1A.x....20 2213 Aadit No: 228201730732 ,_.. ;� � tiz, ••I Collier County-Design Services for LAP Funded Projects 1` )LI S�� N RFP No.15-6471 \ 11 l N September 2s,2016 ENGINEERING ' Equal Opportunity/Affirmative Action Employer VIII. Grant Required Forms Lonnie Howard's State of Florida Board of Professional Engineers Attests that Lonnie V. Howard, P.E. AFBPE Is licensed as a Professional Engineer Mader Chapter 471,Florida Statutes Expiration:2/28/2017 P.E.Lie.No: Audit No: 228201700777 53167 Jared Brown's Professional E State of Florida Lice, Board of Professional Engineers Attests that Jared Roy Brown,P.E. FBPE asru..ram m Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2017 PH.Lie.No: Audit No: 228201722393 ' 80024 Barry Syren's Fon d U p rnn nlNAarleN dr u.,.im.r soma LkenM uo:ISMS . M wwra d, 000.10.4 a rta ppn. Ert turmoil Data February 2R.2017 Professional Survey' c:; .15 ke ..,,.a.h 3200400 • & Mapping Professional Surveyor and Mapper License Under the pan Maar of Chapas 4,2.F'I,nida Swim, BARRY EARL SYREN ISO 10741 AVE NW NAPLES.FL 41102082 •-� ADAM R.P T.AM COWHISSRINEB IY AGInCt,LTUIlL Johnson Engineering's State of Florida Department of State I certify from the records of this office that JOHNSON ENGINEERING,INC.is a corporation organized under the laws of the State of Florida,filed on November 3.1967. The document number of this corporation is 322710. /666 I(other certify that said corporation has paid all fees due this office though December 31,2016,that its most recent annual report/uniform business report was filed on March 28,2016,and that its status is active. 1 further certify that said corporation has not filed Articles of Dissolution. Given under ery hand and the Great Seal of the State of Florida at Tallahassee,the Capital.this the Twenty-eighth day ofMereh. 20]6 3 y3 Secretary of State h.s4Mg Number.CC7980169188 Toaulheoslwl,Ws.eNM.te,.iat Uefdla g ,m Urs Dunt r,nd Uea E follow Ue lnwusaom disNay 3 hops:l/sent<n.e,500 5r g/MII55NCerminnOtSlSSWc,o.s,5 e5UUennnnan Collier County-Design Services for LAP Funded Projects IMEMENE RFP No.15-6471 September 2a,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer A 2 VIII. Grant Required Forms FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 30, 2016 Lonnie Howard, President JOHNSON ENGINEERING, INC. 2122 Johnson Street Fort Myers, Florida 33901 Dear Mr. Howard: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 3 - Highway Design-Roadway 3.1 -Minor Highway Design 3.2 -Major Highway Design Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization 7.3 -Signalization Group 8 -Survey and Mapping 8.1 -Control Surveying 8.2 -Design, Right of Way&Construction Surveying 8.4 -Right of Way Mapping Group 10 -Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.4 - Minor Bridge&Miscellaneous Structures CEI Group 13 -Planning 13.6 -Land Planning/Engineering Group 15 -Landscape Architect www.dot.state.fl.us f� Collier County-Design Services for LAP Funded Projects T(l LI N` l l�1 RFP No.15-6471 \ /l l 1�l J J 1 V September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer di F SLiM 01' .. tri, i . 4.... ^Y" Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2017 for contracting purposes. Home/Branch Field Overtime Office Office Premium Direct Expense Indirect Cost 219.54% 156.92% Excluded 8.47% (Home) 17.11% (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 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, 2(.0( Carliayn Kell Professional Services Qualification Administrator I ,7) Collier County-Design Services for LAP Funded Projects f !,�1� 1 SeptembeFP r 28,2016 _ 1 A 1 1�! p ENGINEERING Equal Opportunity/Affirmative Action Employer 1 6 A 2 VIII. Grant Required forms_ di 2411: State of Florida Board of Professional Engineers atter a that CH2M's �FBPE Professional Engineering �t„ a - unalma is authorised under the provur„��__yy"" + ois,to offer engineering services Business License#72 to the public through o Profess' r Chapter 471,Florida Statutes. Expiration:2/28/2017 CA Lt No: Audit No1 228201702199 �`3„ l- 72 CH2M's William Gramer's State of Florida Professional Engineering Board of Professional Engineers Attests that William J.Gramer,P.E. FBPE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2128/2017 P.E.LIe.No: Audit No: 228201731707 59090 CH2M's Adam Ahmad's State of Florida Professional Engineering Business License#72472 Board of Professional Engineers Attests that Adam N.Ahmad,P.E. 4E BPE LIVI.%70101 Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:212812017 P.E.to No: Audit No: 228201720010 72472 ffif$9000 As ti f Collier County-Design Services for LAP Funded Projects j C) 1\1 S N t la fir` RFP No.15-6471 J J H September 28,2016 ENGINEERING .0401Equal Opportunity/Affirmative Action Employer FDCrIn Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 13, 2016 Matthew Lamb, Transportation, Florida State CH2M HILL, INC. 225 East Robinson Street, Suite 505 Orlando, Florida 32801 Dear Mr. Lamb: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design- Roadway 3.1 -Minor Highway Design 3.2 -Major Highway Design 3.3 -Controlled Access Highway Design Group 4 - Highway Design- Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design-Concrete 4.2.2 - Major Bridge Design-Steel 4.2.3 - Major Bridge Design-Segmental 4.3.1 - Complex Bridge Design-Concrete 4.3.2 - Complex Bridge Design-Steel Group 5 - Bridge Inspection 5.1 -Conventional Bridge Inspection 5.3 -Complex Bridge Inspection 5.4 - Bridge Load Rating 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 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications www.dot.state.fl.us mn Collier County-Design Services for LAP Funded Projects 1 .i RFP No. 15-6471 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer k . ( svrtinhig8'',� Group 7 -Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 9 - Soil Exploration, Material Testing and Foundations 9.4.1 - Standard Foundation Studies Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 -Transportation Statistics Group 14 -Architect Group 15 - Landscape Architect Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2017 for contracting purposes. Facilities Home/Branch Field Capital Cost Overtime Office Office of Money Premium Direct Expense Indirect Cost 101.77% 91.64% 0.667% Reimbursed 12.11% (Home) 14.49% (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 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, 70e( Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us Collier County-Design Services for LAP Funded Projects IH N 1' RFP No.15-6471 1 V September 28,2016 ENGINEERING = Equal Opportunity/Affirmative Action Employer Hi hS ans State of Florida E N C I N B E R I N a, I N c. Board of Professional Engineers Attests that Professional Engineering I Highspans Engineering,Inc. 4F B PE Business License#27559 -"W"" is outhonoed under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chopter 471,Florida Statutes. Bopbadon:2/28/5717 - CA lit.No: Aadk No: 22820t701421 27559 HighSpans Vincent Zaliauskas's State of Florida Board of Professional Engineers Attests that Vincent A.Zaliauskas,P.E. FBPE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Eapindon:2128@017 Ell IAc.No: AaditN=: 228201713507 '449' 0 V.,,,,,,,,, 3= i. , ' 60524 HighSpans's Oale6/g/2;1e/a Minority, Women & Florida Veteran Business Certification HighSpans Engineering,Inc. le certified under the previsions of 287 and 285187,Florida Statute,fur a period fn„,,. 02/22/2016 to 02/22/2018 marlas ...„ .„ 1 E Y i g 1 Collier County-Design Services for LAP Funded Projects I( H N S(,)N s.v RFP No.15-6471 1 1 1�l 1 September 28,20I 6 ENGINEERING Equal Opportunity/Affirmative Action Employer 4 do 1t4. VIII. Grant Required Forms FD 01:' 1 _.....- --- — Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY July 29, 2016 Michelle Buchholz, CFO HIGHSPANS ENGINEERING, INC. 1500 Jackson Street, Suite 201 Ft. Myers, Florida 33901 Dear Ms. Buchholz: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design I Group 4 - Highway Design - Bridgesli 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design Group 5 - Bridge Inspection 5.4 - Bridge Load Rating Group 7 -Traffic Operations Design t 7.1 - Signing, Pavement Marking and Channelization f' 7.3 -Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI I Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2017 for contracting purposes. ,7 Collier County-Design Services for LAP Funded Projects JOHNSON . RFP No.15-6471 - September 28,2016 ENGINEERING .' viol Equal Opportunity/Affirmative Action Employer 6A VIII. Grant Required Forms *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 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, 2/Lti/( Carliayn Kell Professional Services Qualification Administrator Collier County-Design Services for LAP Funded Projects l l I ` \ RFP No.15-6471 1\ J I • '.. " September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer ,47) 1 6 A sysae TIExxa State of Florida Board of Professional Engineers Attests that Tierra's Tierra,Inc. FBPE Professional Engineering AI:imtrz- Business License#6486 is outhorired under the provisions of Section 471.023,norida Iterates,to offer engineering services w rhe public through a profeesronol Engineer,duly Flamed under .Oospeee 471,Floridse Sweats. Expiration:2/28/2017 CA Lic.No: Audit No: 228201700249 6486 Tierra Harmon Bennett's State of Florida. Professional Engineering Board of Professional Engineers Business License#6486 Attests That Harmon Coy Bennett,P.E. AFBPE Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Espineoa:212812017 ,. ,.: F.E.Lie.No: Audit No: 228201721824 't ,sty,szs" 63130 Tierra's fio"°-p1jpe0 State of Florida etiLMinority Women & i11f l*1 Service Disabled V teras Business Certification Tierra,Inc. Is certified under the provisions of 287 and 295.187,Florida Statutes for a period from: December 17.2015 ell December 17,2017 Florida Deportment of Management Servkes Tarry Alston,Executive Director Vim of Supplier Diversity ,.,n,.. ..rMMr�H a ear E,rwr.e.we..sumo 5,,nsa..,a.rt rzwono xlv.me.ans e,,,e..V,..we,s.,. Tierr-4:a. Certificate of State of Florida Corporation Department of State #P9200000656 I R�fi.cram�e.wod,ol�,om.��.�T�M Given rgavimd wde J,e I+.ve of Ne S�a�e of Flwid+ldM oo Nm.emcbeRr 2o`�942 <da�,,,�,reu�baofw�com�.dae�r92dd�dd�d� imwerrwer,a+1,e,4ewporec,cb.,P+id c,,,der�i,cr>;recro,g, ember ll.2 a,Nniv moa rccem vmual rrywuueSwm bu.une.repos u a fled�n Februvy I6,201 R,aed Yu.�u vuw,u e.me I fmNa curtly W.u�d corywauon bis sottiled Ankles ofD�ewluuun. exNN.0Sme end. mva/Fa,uvye 20l6 $ Secretary of State � � rw�,,.xm..�m.,i,u•c'e,.nm�.rm.w�rm,...r.+�n,..,a�. t {� sf Collier County-Design Services for LAP Funded Projects i(l H 1\ S(--)1\11 "• 1�T RFP No.15-6471 J A /I l 1\ A/1�I September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer 1 6 A 2 FDC)"1" , Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 7, 2016 Luis Mahiquez, President TIERRA, INC. 7351 Tempe Terrace Highway Tampa, Florida 33637 Dear Mr. Mahiquez: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 9 -Soil Exploration, Material Testing and Foundations 9.1 -Soil Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing 9.4.1 -Standard Foundation Studies 9.4.2 - Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 -Geotechnical Specialty Laboratory Testing Group 10 -Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection 10.4 - Minor Bridge&Miscellaneous Structures CEI Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2017 for contracting purposes. Home/ Facilities Published Branch Field Capital Cost Overtime Fee Office Office of Money Premium Direct Expense Schedule Indirect Cost 165.47% 99.54% 1.752% Reimbursed 4.58% (Home) Yes 11.10% (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 1 www.dot.state.fl.us Collier County-Design Services for LAP Funded Projects 1 C)I_� N �)1�i RFP No.15-6471 , l - `71�I September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer 16A2 VIII. Grant Required Forms 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, 7li/g Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us ` � Collier County-Design Services for LAP Funded Projects j()Ll 1�1 C' 1�i REP No.15-6471 1 l 1�l�7 1 September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer •-FTE State of Florida Board of Professional Engineers �1t,•s1y�r,e� FTE's Florida Transportation Engineering,',FBPE =owl is outhorited under the provuiont of Sernon 471.023,ilaido Stotucm.to offer engineering service, to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Expiredon:2/28/2017 CA Lit.No: Audit No: 228201701514 7924 Collier County-Design Services for LAP Funded Projects `` RFP No.15-6471 I� September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer • FDD Florida Department of Transportation RICK SCOTT 605 Suwannee Street JIM BOXOLD GOVERNOR Tallahassee,FL 32399-0450 SECRETARY June 17, 2016 Ravi Devaguptapu, President FLORIDA TRANSPORTATION ENGINEERING, INC. 8250 Pascal Drive Punta Gorda, Florida 33950 Dear Mr. Devaguptapu: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design- Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 -Controlled Access 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 7.2 -Lighting 7.3 - Signalization Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way&Construction Surveying Group 10 -Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection www.dot.state.fl.us Collier County-Design Services for LAP Funded Projects JOHNSON .(�LJ 1'1 S�z11�T -.72.4,14,VONkf 44"1"k RFP No.15-6471 J l 1 l 1 71 v September 28,2016 ENGINEERING Equal Opportunity/Affirmative Action Employer 1 6 A 2 VIII. Grant Required Forms Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.7 -Transportation Statistics Group 15 - Landscape Architect Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30. 2017 for contracting purposes. Facilities Home/Branch Capital Cost Overtime Office of Money Premium Direct Expense Indirect Cost 156.41% 0.974% Reimbursed 11.37% (Home) 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, ,f/A4.17e, 2(al Carliayn Kell Professional Services Qualification Administrator 1 www.dot.state.fl.us Collier County-Design Services for LAP Funded Projects 10 H N RFP No.15-6471 1 l September 282016 ENGINEERING Equal Opportunity/Affirmative Acton Employer 16A2 EVenly Company ID Number: 46959 Client Company ID Number: 345924 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A DESIGNATED AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS), JOHNSON ENGINEERING, INC. (Employer), and Absolute Background Search, Inc. (Designated Agent) regarding the Employer's and Designated Agent's participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the Designated Agent. References to the Employer include the Designated Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer (through the Designated Agent) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide the Employer and Designated Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the Designated Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. Page 1 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify ► . E-Verdy ,„ Company ID Number: 46959 Client Company ID Number: 345924 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of 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). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1. After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer(through the Designated Agent) access to selected data from DHS's database to enable the Employer (through the Designated Agent) to conduct, to the extent authorized by this MOU: •Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer and Designated Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. DHS agrees to provide the Designated Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to make available to the Employer (through the Designated Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E-Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer(through the Designated Agent) a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to provide to the Employer(through the Designated Agent) anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Page 2 of 151 E-Verify MOU for Employer(Client)using a Designated Agent 1 Revision Date 09/01/09 www.dhs.gov/E-Verify EVenly Company ID Number: 46959 Client Company ID Number: 345924 Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. DHS agrees to issue the Designated Agent a user identification number and password that will be used exclusively by the Designated Agent, on behalf of the Employer, to verify information provided by employees with DHS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer(through the Designated Agent), and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by DHS (through the Designated Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Designated Agent. 4. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions: • If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Page 3 of 151 E-Verify MOU for Employer(Client)using a Designated Agent 1 Revision Date 09/01/09 www.dhs.gov/E-Verify 6 A 2 SF.CG EVenly Company ID Number: 46959 Client Company ID Number: 345924 Employer should contact E-Verify at 1-888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form I- 766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 5. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the Designated Agent), for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. Employers may initiate verification, through the Designated Agent, by notating the Form 1-9 in circumstances where the employee has applied for a Page 4 of 151 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify A .y yJ.1.SFC'Li EVenly 1111111 Company ID Number: 46959 Client Company ID Number: 345924 Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer (through the Designated Agent) performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 7. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify (through its Designated Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E-Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 8. The Employer (through its Designated Agent) agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 9. 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(I)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non- match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee's employment. Employers or employees with questions about a final Page 5 of 151 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 16A2 EVenly1111111 Company ID Number: 46959 Client Company ID Number: 345924 nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515 (TDD). 10. 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, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 12. The Employer agrees that it will use the information it receives from SSA or DHS (through the Designated Agent) pursuant to E-Verify and this MOU 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. 13. The Employer acknowledges that the information which it receives through the Designated 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)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 14. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the Employer's use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify. Page 6 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.d h s.g ov/E-Verify 1 $ A2 Ver., -.. y Company ID Number: 46959 Client Company ID Number: 345924 D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employer that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after assignment to the contract. If the Employer is enrolled in E-Verify 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 Page 7 of 151 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 1 A 9 SFe,„E_v erir y Company ID Number: 46959 Client Company ID Number: 345924 contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate 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. e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II, part D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties. f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause 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 new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause: Federal contractors with the FAR E-Verify clause (through their Designated Agent) may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.4, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.C.4, if the employee's basis for work authorization as attested in section 1 has expired or changed, or if the Form 1-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new 1-9 consistent with Article 11.0.4, or update the previous 1-9 to Page 8 of 151 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify , .f\ L; A vet$5„ i EVenly s„,„111„,04.v,s,v,, Company ID Number: 46959 Client Company ID Number: 345924 provide the necessary information. If section 1 of the Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.4, but reflects documentation (such as a U.S. passport or Form 1-551) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.4, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, 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. E. RESPONSIBILITIES OF THE DESIGNATED AGENT 1. The Designated Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Designated Agent representatives who will be accessing information under E-Verify. 2. The Designated Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3. The Designated Agent agrees that any Designated Agent Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. a. The Designated Agent agrees that all Designated 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 the Employer is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the Designated Agent and Employer from continued use of the program. 4. The Designated Agent agrees to obtain the necessary equipment to utilize E-Verify. 5. The Designated Agent agrees to provide the Employer with the notices described in Article II.B.4 above. 6. The Designated Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Verify Manual and E-Verify Web-Based Tutorial. The Page 9 of 151 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 16A2 2 SF.CG EVenly _ Company ID Number: 46959 Client Company ID Number: 345924 Designated Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Designated Agent's attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases, the Designated Agent will use the SSA verification procedures first, and will use DHS verification procedures only as directed by the SSA verification response. 7. The Designated Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the 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. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the Designated Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the Designated Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Page 10 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify V r�F ys �yN e y 0 2 Company ID Number: 46959 Client Company ID Number: 345924 Security Number from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer(or the Designated Agent) will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by and express mail account (pain for at employer expense). 7. If the Employer (through the Designated Agent) determines that there is a photo non- match when comparing the photocopied List B document described in Article II.C.4 with the image generated in E-Verify, the Employer (through the Designated Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. Page 11 of 15 1 E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 1 6 A 2 V riF y ss,„ Company ID Number: 46959 Client Company ID Number: 345924 ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer or the Designated Agent for verification services performed under this MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E-Verify System. ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors, or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate access to E-Verify if it is 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 Designated Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, termination of this MOU by any party for any reason may negatively affect the Employer's performance of its contractual responsibilities. C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. Page 12 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 wvvw.dhs.gov/E-Verify 16A2 6 A SF% 1111111 Company ID Number: 46959 Client Company ID Number: 345924 D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Designated Agent, the Employer, or their agents, officers, or employees. E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Designated 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 Designated Agent or the Employer. F. Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the Designated Agent. JOHNSON ENGINEERING, INC. (Employer) hereby designates and appoints Absolute Background Search, Inc. (Designated Agent), including its officers and employees, as the Designated Agent for the purpose of carrying out JOHNSON ENGINEERING, INC. (Employer) responsibilities under the MOU between the Employer, the Designated Agent, and DHS. Page 13 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify L Very = �,, Company ID Number: 46959 Client Company ID Number: 345924 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the Designated Agent and DHS respectively. If you have any questions, contact E-Verify at 1-888-464-4218. Approved by: Employer JOHNSON ENGINEERING,INC. C=0 Kot-- T. 0oci 6. 0i 6.64-no - 4Q. Namq(lease Type or Print) Title I � 7/27/Zoto Signature Date Designated Agent Absolute Background Search,Inc. Cooley S Michael Name(Please Type or Print) Title Electronical y Signed 07/26/2010 Signature Date Department of Homeland Security-Verification Division Name(Please Type or Print) Title Signature hate Information Required For the E-Verify Designated Agent Program Information relating to your Company: Page 14 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 6. ./ EVenly .F VIII Nfs1M Company ID Number: 46959 Client Company ID Number: 345924 Company Name:JOHNSON ENGINEERING,INC. Company Facility Address:2122 JOHNSON ST FORT MYERS,FL 33902 County or Parish:LEE Employer Identification Number:591173834 North American Industry Classification Systems Code:541 Parent Company: Number of Employees:100 to 499 Page 15 of 15 I E-Verify MOU for Employer(Client)using a Designated Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify 1 t. .‘ 9 (,:' t'• E.. IX. Attachment: Sample Report ,.... ,. .. ...:, ••• . ,...,z ?R. ?,... al n - 4c... rT 3 -0 rD 0 = trl 411, 41 rt7 ,., ,., -,.. e---- --- . ..... _,.... , .., ..., moir ... g il f.* ; ENGINEERING :..-.,:-... .._, .. 'Imam, a� t n / � E WIM =• S l . '---.-L.,.___ __, 70 Q N NW geW- N x 4111 .,$ 6- 1! s, • . O",-,,emir—'41,1- z,,,,• illire" ," W w a§i, '� O. g s P,' -. i AHI. 7 N r./ W– ItQ ;• • '. ata g a x al* wL- 'C i'a. k. *h.. Wk;a7� i Mal } 1111Q. ! 6 3 Orrs o 8 0 ' fyN� O W 7 4 $ S ,L,..6 Lu v -,-,1.,, a O o • �a W o o'o 3 ct Q cg n Q 1 CO , ij1zo 00000 o c i _, O I N ot b _ a f co, 8 W o o°m o m e t �1 J "C,� o CC 4- oomou cc Nil g u O Q. o Q.ii„ h h N !r. ,... 6.. �^ 1 �1 �{td O o N W .., (.., , LI: bid i . i . „„ , cc U Cc N p f-//' —///� F r I I� � S = W W W 0.„ eQ 2 O 20 J W%/`��// R 4 '�I �c x • r a a Q Q o L, C-f \\�~\� `��SS i W O L1 0”' pq� Z o ., ..tiv,:-7. , 1111611)‘, •• i ,..,z in co 4 j--A Q m 2 W E N W f ecu' i A' kit; W N W- aQ I` v $$ i., a ¢k ntn i W� WAV ECd$ yyO��'t 1`�ygl� nsi.VRl'� t''' C2 JWP �Wa. 126fi RU�� �1 �p ;4n 3JRgj Z J Q = W 2 U < 2 °P� o W n U a mumim `$ l ipi 'X 6 W �`N j JL =a-g FFa.i nWN "-.} \ Qa `Z g VI' W 3{ W q, 2 ' ,,,,, i i�W z%ivy a, i„ �.,.�,-.. a - - 3�2W � � W < �GGtGU Lu 1 o Cv 0-, z Wtie FQW O g 'd'Ni7i ti �W k a'n e o 8 "N T.� Wgy m �ua�v' O �°o°°°u � gg�$g f� " WO h n "EV W¢A"n a IRO 8"dmR i v ta4 YCh., y o `Y 2 im�'$3.... 4�2C W4��2C V VC a � i�si 1 6 A 2 w laW 2 N N gl 7g 1 i ni W!p t t • ~g <0 r �� Sa a %,1 z JN k• J Q t O W in in LIQ , � � W a ` N f .@x ? W 48 Qs ty 8 ypi 2tn � m Q n 4 V' t• $$ N al -i® t! 1 a IMA.ZI 4 N •i war tl0,ti-- ..,,,„r $ ti U�ata L{i �lYi1H3A � N K PO i w� e ~ R 12 - - 3 z m h - 9! �' 9 $ , - a v w • - �� as z !W a -i. , $ W Ni kit bb t W $ yJ Zl _ 04 N t 0 1/1 1 ti <r Al N 6 e. W y� il 3n g 4.4 n IR mg w 1g 41 Q W i W ~• u k O a n i y0.y� $ !!!18 "� `A'-- .1bl W `� y % V 6 WW1 11:1:.: , • 4 NW ¢ W A `SCRbW yy�� Wa F •W C N '� NW 1a R ,1V cm i Si 1 R yes§ Am W� $6 W Q W L. h NA Q N It OW 14 % W ;sg nlh V5 i I= s. IF q . t 1 ... a- 1 Vi W Qai aiz g $ 44 § Q i N IR & 1 ; 4 3 - ? - a a loAd : ti o m o c i 3 =g n s0 0 `t C ! 1. Z 1. .2 114. > > O C O yy�1 t !O V m !U O O ! W W ! h yl UOW2 U ! 11Wi� WW 10-0 Gi WC m it'W iY cI Y Y 32ol..l4WW c4 tim$ k0'timtn t'8 to `*wt gz.,om 0 § R `W S U!N W O 14!1 y1 1. ta OOOi p 0 '0!r y1 N V! : VI W i^ !O < ! Z W S O^O '1 ! 14 4 0 o i o U W C C W W O hp �. '1'.."" W&Il.N=�O • "'0014 V 0!V Qt' 12. 12.-'10 W��. Oi W W !-1 < Z1.<App ""p U" W 10 '0 i ..7,2'4W ! W8 we, W r" 8 Oj' iNWW NCO ��t¢ 10�N .'O /.W ypD�U o"'Im. �W�N�'012. iQ !iU'OZ 0. 'Vim @i ZOAOa�.?.<i1UU=.1 yEy-111. O W W ,!IVg ?p.:4 ¢O1. OZ VQ `NO! ygiY`�Ny pW 0 �01y.. 5.� li Yt��=¢0p1Si1C< NIZ.o 801112 ¢t`OUW W`!W N10 2YU 2 .#0,1¢0 yip N; yb.,�u A. . 66 EN ¢pOt' 0�SVIU : Np U.0 1Nyy 1:yy YC1iy 1Wyytwwe is WN:It :�y OWOwNZa ¢ i0` v{- Q y0 . 'V t0o0.<+!W'0 OZa � 0= OFNOOI}I 0100 02Y NO < � O .,_ ¢W ¢O O 1y !V ! t1 OL04° 1Wyy1rn i1/O l2it gen-„. 'NA WW /'t Et:.1. , i :z W1�yj�. 1 _' --w- W.. ! V Ot0'i U I--1 Zy".. UNOW p!<Z• N 2k .01.0 44 2 1 yyl�1N2lpUZo `UN H'0p4y1� N~RCO'p UOI- ..i !We .tkty4y�1N y=y,1 - WyO11��O! 410 �j4 Oaft"i „0 kiW tWk0W Ws OOpY ti !W t1�N N001005y20 i !i !gr...., f�( !114.4iO W< Wi1' •"COC10 1048 Ym %WA mw, i!! N WW !.iii N^Saaa...O_RI_w m • :<O1Wy pqp yds WO -1 I. W '0 00100000.0; 1'0Y i0 1..=!10 4 ..q!W W mN Wr pW .1w C W i W O i 1'0=,11 yOW O� WSgyy 1pp .I bb Nl•pV O 4 �t��Y I.�!g .210UO1VWy1 i0 O!_�l. '°'`W� N812-i W O '01.-'10 ._ E2! t....811s pW piQb N U! -F 1y<.�N 2°Ihlial'I1:q r i 71'3'140 os!$i$ W W ON dm10- OAHE: xp '. . a.av DCSWi0t'' Vi! 1¢.oy"1 ONW 140 0.Y_ 414 �A^V.O^N_ O . -. .. WIW-W 0O V1ikit i0 I OW O0. .0 pu JtJ W N C= AZO i4l WtOga _ W O ¢.lZN O O 4 h r^O :4: O y4 < ,-,;,x..4%_ W!O V y, 1y 1.5y1.10 ZN W.,W C Z ZOiN OOly, i! W <00 p i0Y ii O NN ,1,1'14,1<'0Yj�2 '000 < !< tN2 W'd'? W Ut.� _!W 81 W 10.1.I V�C W S h i i Q 6- "PP a 1"NZN W! ! !NO COO i O O !II V 10.1.1 Q Oyy�1N� p: 124-8Z4:1 GOt W Pp i W �Vy;i: l01- Ql W I .1 CCW«1014 In$ Ui W! t 10 W Uv! S! N4 10 MIL! 10 !'0 syo1.1 ligq4 t�_YZN V10 W10"< %"oW8Zy41:1-Cpp17. OOU q�t�'1 ya 1=. IIy,1U.ril W YO W Z !O\ �W tW Wpt' yC1< �.W N1iOy�W d I !l12- 4iiyi1 114.!14 N2 G'b' h:Wa.iYi! 0,0 mW IN WONm:�Im11 104 < �10`im � 7 N y1 °1y p1200 '2012- :!mg 'i1C W S V1: iva 2114 USN pili t1y11eD0 V.0 1131 mW i W ZO OF2.NW2 C10V UN! Ztecl l'At OI<. pi00 r „ai W war..-„w" yk W i.Wli^ ft. OC 1..1'0.0'0 1� " ',Ile-yy�1yy�1Vy1t1.;yy t1iy< W U'10V'- WYhml: 000 WWW miniiiz Cof 011,,.1 VIy101 ,.O NO ,1.;p0'04p '�I "iOgW m :LI im" 2:m<ii !SQ VP 2"10 I-N yUW0 OW UO �1¢2.<W e p 8 W W O W p p y Oi WS1Yi'0 :W NO1 Np !OI 1: Z SS: iU N\ W 0 W< :W i�o'm (� WOW^^. m" Oy1!` UNV1 Oi W UO W EO t-- C SC �m !U W ip `!.1 -IU<U !'G N W i mi S OYUp O m W!�1 !J! '11! W W W OiG1�i.iIZ.O! <O W i !W 10s .1..�`0. :t�N 0.'''‘'.= Vn° YsiW 2.8•'4`1:-'' W"t 0Cs 10Y'"N YOod.k-Y` br': s'w' p"pm a FLIAi>-.a.." is C V. 1C.i C ! `` :OW yt�W: 110.! CM NW m zO wl yO-y<U'NW O /10�11p \1V;.l` .110V141 W= C!yx\1 W UU tpwaEp ming;SN W .W tO WN y¢O� i.848 SSSy�t 4\ 4-0.1s00 a ?000 li V1L0W'0 110.1. skk zgag R710 a .11 R WZ. !i^V W!W ! U O AI 1'1 N 10 b A q . . - - . 1U'It I i u¢0 ! .1 a !! t� , w �9 O ss WWO a .1 NC S Vs4 040 pVN N ti 0 e 1=.I. 31411 y�! ta SpG 1UU1 2 g� WW i J W NW O.m�N 0200 O On WOE, 110.0 bD 710 4 N v W0Y ,IW�10 ! ! _ Qat 12`OW Z S j yyap1 ,:4l. ZN!! i ,'.k=17. y, yy11! O 1 i i Ztk <CNIOV8 ti4 t In :uk, `Z V 0 14 0 4(<j yil Vis ti tO0O COi yyi11 N..1 00 a W m . =W-'100 12.Y020 t''0141!. - o`! 0!71 C! 1 1 14 i�W 110. W !W- b 2C !N 0 j O C I i!w'0 10,11 40 N "U 011 _0" '0.110 o iti n. 1Wo ge R o' u'08" o'0p1. a4o „1102 12.0 ',t WT V? iw 14 20: =3r'2o hp:o o "Wpg as¢ oW :°,1 Nn ik ma :.'g o �'ai' "mVm4 a\10_-! 0 1W2.Q= sgo V1 >< y pp yy 11yy tt 1 1y ^0 10^ W^ <^ R. '0�sW 140'0,114 '014,114 i =o! 100 . <hi pi O!f ` A Oi SW\ t`0CG C O Y O kt W^ ° mN 0'- :iiN� og '0 i'd'o 10mam i Wm b WA D X112 O c 4.<W ! W!c ZpZ <�pp lsy! 4� !.. i.. 0721..1 Ii1W:4 I � yN1 to 1�yi ! t< WSeO 114.t_W! P. at \y�1 WY sab awe Wit" i Sp▪tp p:101 pW �/pp10` pCpQ14101010. IW.~!1._. Cf Oo WE yO a NQ 10=10`1 W i Wi!^I0 IIT t Moil.! ib^ IWO `W012.Vf ,110,1 1W1�y ql- 1101. W m m=o `mN.``li !�+...mai V AW O V `!W O ON m:pY m W :10N .14'ON0 i�I.. k. Cl1.2 ,110.04 •O kv! OW:O t^ s^1.14 W lx:! 10.11,1.1-.' 0'0 '0'0,100 io 1 '0'40.010 -.A-. �l0U~Ia. zN ONo. W1VySZ �y�1iy W O+�i W 1. S N = W o�,, mit01= 1<.0Cy,a 3210!>O ft,.. 012.Yi J oa apt i'-a° pW E �Wy O 2 1-Y 1Oi 22'0'0 SW1my:pC `W '000 e'87,, N W CV'NO ! S ! e �! WO``W< 002y0�W■ _� N:g 3141!Fp > Q V i W N V i N NA b 0 J! Ni!~2.4 WVim 2 W %m „10140 14 ! ! ! W 1 °a h; C 0 '10 2 ! O !O■ "'0 C 1N�4 t' . Um WN li tOa W pi!!W V. 2pit� O� .e.gO `! < 2 O 1t1.O � W Op �1. p ! 8 Q1Zy ! !¢: !:p ¢�1 i< C l=y1NS < O0 ■t O t IWit .112 ipp0WR Cp-pCW4 1.1'01101101110 m8 0t'1- 100014 '0 l•1a. 0 W N !'0 NO 01 Im.V1 DN NCz0 VI¢AI"W O 20 WO Yo W:Uh R i 1`,101. V. W WV CO0Wrb1 !h !` WW0`0 0. U o0Y`i_W 101t''n V1`U :1,113 P W �W(4 00W.1.W I. pp A < 01 !b ti, 8 C l.1 ..--w 1�I y1 ys�! d h'0 \ 1y101 tt�� s'3' '5 ;0100 Z - iw 1W.N .110 At O: 1-002 O0W!2 ite!W.l1 O>G \W~ li1'2!t6i� < 3,1,11 O <N =b Gm Gm :p^:yV Y!!!! X00171-m Am U"4 !U6 --S O I i 1!. 3s: U_'Al 104 '4:N N Al Ojj� 548 UO1 x t',=:45::: W!(r<� R tl1t yN�N 8§ 0 114.yi, O ICO tlt 52'EV .1 i O4 r Ir 4.- 0 tt(y0ty�11?.0yyt 0',y=:1451111 NW110.10.'011, 140; �yO1W V3sN lm. V I '0 QO;1 1NCO! �E8EV1 a '01010 12.1.12.14 w I C 1n b w o W k„, 4 A Oxy W� ;; x$ v O W m v w mmg-. �1 Y yQ 0 0 0 ,Wp� W p 2 R N AN 0C I. 4 W 1 O W a�N .,°- t ii��s A p not In t cf q A A I. t V N W s 0CI W W QF 1 , 0 2i2 s W t O`N Cj r_ w e W i o f t R 'vwj 1 C t `O W 2 t fl .. C ` GO1n F0 V 1.7.%A q O i i N 1N.O Q y;j V R $ V. i !I �Zu A8 0 w N 0.02 E. i 4 A 4“1 N pO L.: Cf p �O i Pi LL-Q .a y, U?1 W g 3 K.• x 1 2 N 2t2 i N 1 ON 8ma1y tli C iIN. W:t W i I W A CS r- 010E C= �J u O ZNZ= t ipi A AC i0 NAOW P i C W s cr > A V hs Q., - fig u� WO .10 vsy1 W 12.W t t an? ?W g t M a t 3 10 Z I if,$4a Y y�A W N 1kyg 2 Q O8C yy,1 O_ s yK�O , W9t t 012. A2 t0 C Ot 1Wyt= I Nsg mi : N 2W �"< O 00 A2 A 20 C! O.Je .tW A AY ZW V .1W gppp F s V 2 app ip y� Na''" A p� g� W , tt `itN !W t W N !la tW' 1Vy� W W N` '716 0. Od 3 2 W 2 m O� N t 1 Wy W 2 A 0p• W� W �1y 2 C N 0. rAY :a .Wi. C WV qt wiC�y N WmO> S AQ ii 9 h 1y !u Wei AOW� A 2 V OSC W W G t tm Oa "yk� NNCW i2 !W op1"y y-K1-g " C. 'aii N 10 2t '� OAi 2i FNWN Z p1 WNi iOWWg1. 8 .12t OF N p 4 Y' WO-W 2N pppp it Fp ' W N ON t :� O x 1.W N0�i 001�J2 N` R R` 24": I \C/Iiy9�W Y1 bN O G W N 805, Ci: �ip y6 WN WeK. �Oy D. 1W. i N14z-i.'i 20 2�J U.l O it �W O�f(pc�c�1 y� t1 1¢yZ 11`yRO ¢A�1�y OtW 1 1 NO WV Wy! 2 C£ `wY WNQ t t.N 2p 2G a-: D Os W Al2.Oi5 W1W. iV E0 tt LLO NAi N W A Wri1W K.I. W OA F a N s p Ft b.99, i AC O0i ...NW W V t.1 CW N WNA < iQ ii si J W WQWW WW • 02 2410 C NC C ..DA D t F NW • 1.� ON i WN VI"- 0� 00 W 100 12.J NO: y1 W A 42 F.Oit i W 1Vy W y� 11�.~y2�0 ON 12.0 tt 2 p`Ct� y1�Y�1j101W. 1W a.tO Wcz Ap W>1Wi aYwn C WyNin pW Ay11 l.Oi 2i >A N W Oyyi111NW. 'Wpt iiipO.�i 1Y.1Cy yxll VW y10 WIt O 1lp..lni V12. 111 . 1F.t ` 2`W'_ t zi tm.g>, .tsO nag Ity1 w? wiW Oci~ 41W.p-pQ oW NW0IF t5W J. N. O i0 SS IN..oO O1gy0 \~ 3 WA i -F i lag t�Q O Zx �U.1NA 4! Nt Oi F W C`K- 1y pO 1. i...-ply >` W>.xl tyyll Oi W12. c�C C20 �i`f= 1ga laR ytt1pi C41OO �W 1>. iCYiy \i i :° m i. tt .1Vi Oi t W w C4 iQs bittR 11i...1i. papl! vt4 •RNA • t 1p. N1Oy! WW CO1 p89. F2- Flo:, 81 1y27, 00 '''40W iv18Wu IOW 1l.c�tiil�tutt A N. 2W Wt., Biu ..A 125.1 �a Cts i t.1 W i C``O i C t i l J W C2 W<~0 O W s0 2 C=O i W w C t Q WQ i .4 t W W>a NVW 0Fth. W1=y; OA ANO J .WOftW 'ft to i F W AN it.t et" Oi! N01C O WIA.ttit A�y1W O OC O it0i W tJy o0 i °'w p 0w" O O N� .11"2 N `O¢1 2 F 1O 2 O O J C 0 FFyN1 t2dt,O V N1k ppO . 24CW Ail OU 1..Aw C� t _�A O W N W O NO t i `O =OO a .. R88 a-N J`1-yi¢O ',IR- NYA UNp 0C2�ttti' SWGQpqQ1F yW1 CW! sOW p0 JA ! W W v-pp.,i N...m1y i. > b.Y s i V Nes ]..0..., t Oa0` ¢W . N`. MQ W i A ONZ tA`m F2OIt COu�M•N 12.Cit Cti1yy1 FM% % at..e" N NW g �`{ {N,.C`OJ yU JO` wQA WNW0A !WW yOgW "8 .11y�ty"0 t $:W'4' 4? ;V 8� S\ Wit s iApp aft? 1iyWU21Ny Y1� ' WN! AO` t2ttC'� C WW%pta 00 t04 s NO ywoA i NNm ty1 0 ap-anew R1iyA t> OCA NW2OZ t 10488., OW IC.Ip. iN WO my¢1� 6 W t C aig ONOC Oi C4�0 W0;46 CO WC Cid tWyy%8y1! 4i, CNS% C W We. `C 1 V 'ft Zv2 ti wAW R.I.W+ #ONON Now -Val . K- Y 6Vg Z =W2WoNN ON sRtc, 1Y.W m4 itY inyWy11� .Kj Z�t �1i. >W Wt "t y F. 0�mt.... pm Wt 2 ytt-I�OtY Ni W W ..CN1 2\1 ft W i N WON Mil,t i 0 t W .001 1 W l t A t A.1 2 W t!N CCOI A 4 i 0 t W O K. Et? N N N N a a N N NN N Si h h h <W O ict / § \k © # § |a Z.P.IV . W ! N-.145 V k f ` '4 q f / § , , 2 , t k , Q. / Q. , IT—, it i $ Q § lilt I ' R w » I % / j � | , $ / 2 • UH ..r. .cis f a # K. / / 1 Z § t ,, / '141 § \ . % . . e2 # ~ / I % © 4 $ . � $ .- � ] § I ! 4 ® k a/ § o , � \ I L1.1 }i � " $ g 2 2 ^ } , m ."-J: 1/4zbl 1/4' NI: § \ 2 / 2 ) k k - k. •| I ® C71 , oi w $ @ g II | & 4.1 - - , LjI I \ § II I .?.r.. |1 | \ _ �\/ & `# ■ / § - §&|■ \ § }|7! A ' : §! 1S \ t % 1 �41 ° §� g § 7 \■ / k ■ !` 1 2i' 1 - — X22 wA * § ` § $ B A 7 �, § � w6 � :, ,4 I -:——— ..tna ] A %i \ \B r w I ) ! 4 -,. ti W •y��! r'ef':;... 'may 3 .•. ;i '-'.:7..”, 11.'7 ' ***:"P" . ?'y �� ,M Fit _meq 3• �� i.n j I, 1111 s ai n y • 1 w. A� 'M.�1.-11„„,... - fII ; r }~ ,, , 4 i x� ,s, T. '�� -r• t ... .. ., t1• ti 5r �:► ;" tif 7t 4 M 0 litti4.& - n 4 . } va. , `.- ',� ` rt I• z i t t � w r. 3 y,..4, fir 8 _ it: yy y 11114;" t d '96 a.? 4 '.4' TT / r" II Or, II! 41.e W 9 � 4 it i a '- ill°' .'f' . ..".-.. .'',.,:i ; .-. . ( 4 .0c . ,..-- ,:i : - ' ,,,'- ,.jih •.oil . '.'''1. 't ''.*.f. '''' ' * '... .' ..4L, .- 1 ei 4'4.: •itt;Ti .'''''''': ..:'.' .1 t : k. qt . t `� � #' p• i- { .. "a c �` 1rRN ' !; -IDE- ",.\, .. >ti a ; t , ar`" _ i ;0,44r::,. aa �. aye 4. . v ¢. � C.1 S�lit n fir. • 7 ' y.•R Ilk f 31 �,J/j_y-may,/' 1 r ` II 4 10 , : 4 :•-•;"OttoHl. ..• ,, 41 2. 4,1,, '\.., .. t,.0 4 ., , . r' ` , , ,,,, . _ . -fit :.--- _,...,.„ , .*" : . .. 41211*Iit ''.*:-i' ll 41 _ ;�. • -S ► • ,,',Aletri i , : :9?-$74:' 11'.' 1. �dCettf r+ r_fii ■ 1 6 A 2 ti ,_R W b Q N co . =g W'01+601'V1S 3NI7 Ha1VI! y W I , .'84. f - NciM 1 Q1 ..:w "� -. 1 *s iioiiii:ir. 1- h,tt, . ...., , i 1 — 9. k r4 ., 1 11 .7 1 0 rg. 1 „, ,,, 1 ,.._.; al 4 t ' Q 1 E o L I 1 'M' El ta 1 r a M 3 asta+aa vi t,. ;II 1 0-015 �i a 1 4 k i „ ry[ i ;IN 1 ,,,t 1 le W Ps.o. ►• �� R%N 1 kb. W ". 4 al r.$t �, /I og I Igy L N g ;,tE' rig l Ea Wtig 1e` ti g:t lRMRM I es n ,/�I I " O 1,1 I 1 -m.,.1 pN Q. 20 LH/ 1Ieli s'O at U ST4'O'rtgI 651 lIv) w it$e / '� I I w d $ ZiiW 11111111111111111 1 . -� E' .. 1 11111111111111 : ____ ■■■■c©iM■■■•■a ■ ; _x`151,• 4, . Git • . : v ■■■■■ imilis It ' n. • as ona nn OYQbI iyyMOf/ • `�'a o'g wp • s Oh*-2a:00 IlIlIlIlIlIlIlIll i i . Ilipliiill : Ia.! 11 4; r 7 7:... . 11111 � 1111111w 11111 . 1I 7 .0 ,0 8 16Aw N N co 0. b N L. q,.q9,, 60'b w iiiipm..1 1 "....411-, . ., .:, w (re /1" i 111111111111 :1 I _______________ ....... , ,ii /1% ;:: 111111 11111 .. : o ,0116 - 4-:,:_,: ., a. .ias.,v�d `I 1 1 4 1 '-•. STA. �.� •.i e•R via tli 9 p cor r,si ' 1 I 8 oy Ng-0;7 a u� a _O•^whw Oa $ Ii I 1 Nyey " 11111 PJ o .. lv to ffi .w I I 6 { : 1 �.. I i N I I ■■■■■■■■illi■■E■E ii ' il, i �y �4 ,� 1 I ■■■■■•U• PF ;i •IIIiii!!P11OiIi 1 in II i iiii , s II!! ' IIIII� iiiii 1 :741::, Y3g „ : I wo 1 I QO'0Z+601"VAS 3N/7 Ha1VA R ao o v — m • 4/ I , 0 k 4.) § gr.,/73 I *SY/ Vis a Iti 34/7 V a si k — 11.2dvs 1M 1 a w 1 r 1:11- . ..,....g,„_.., •.3‘1,,, I .-L I • I .0 * Er4 1 8 I., 4,1 k .,k, z i '-. :44 44 i 11111 c., 1 CIPCC , iii4 / * ' / --_, / /: .•ti ;,... - / / ill ..:.. 4, 1 z.I N ; '.": °''''''' // I 11 v #7: / / zN / 1..i. / .. ,....a „1 iii 1 1 Lee '/ / ° 11°` e .., / , poo, ...t t7I I I I . I 6 l' a • .., / . f , ,y.,.0 N. •••10s...• / L P. I i fif i / 1 / .41 4:60•.1l0.0.11,0 0 i• ,,, •I, ..I.I 1 i 1 t ... I 1 : ,4 fil I ... 11 , it II 1 I -4 I/ I UI .igip,t,T813 F.t f ! -.•loto,o40%. 4' tn.* 1 t . 5.94 gt r:- I Q. .., .[__ .4 g all 't I gkR . f .INS/ \ . 1111111 / 4 r,yo, \\ \ U •• rn 1 mil.11.1 . ii 1 .,...., . f,\ \\..... I "I .. .... . \ \ \ . S \ . , 77,1 %\ \ \ d) .1. I .8 \ 11111 -Mil II 11 R. V i% 41' - co • I R , X�d3 N tp 2 N OO W ,0 =$ Q 0 8 " P`2 �� dP 9 r• . \\ \oLL� a Q 44 41 9- it 1 I. \\ ,..., A ....,, 13,11to id 0 k'4 gr.x h( k .14 1111. 111 al 1141: .! a. .f i \ s • p . 07137P kJ ; \ 4 \\\ \ • \\ \ 6OW Id 4 O 1 I ! N tnwe:+ t�•.I •__.46'16+d 1 99 U m_a4t:::12 6,'M'3 VVjj Si a •C- a•• I I 6644+d 4 N1y�.� NN �,�, I I • u a0o...1Cet r I •IW •I �+ 73 ! g • 6q OSM+ro I k I", i '' 6p'K+6'6.VAS 33d Frr+'77 a • yy vv Nig+.Id ma � I 1 /f' L7 ng X `�gg' p u.. :.°!,t o m „ I I I 'e 6CM'7i ' 8 i "" '+ :dam;'^.:: Q W I arOD+ro 10 „�,9§9 @ . i i� I WO I ?n NI�Sy. N� C I y Zpy I QCo�..mkk. t I IC y 3 rskjF �% •� I I 06 f�'73 I I II l Vb11 1 ,g II I. 4a' / OW l ► 73 8 12700.10 ' , i 2 / '��sr,.�*4e _ / a l l ITV a I / // / oa / : . h/ / /' ;a..._�� 8 /►... / fi'M 7• / GD SI.7a b'‘S . / / it ^ L. NWm7a , •ed, / - v ve Q N Q m b a 1 6 2 N ap . ? N - .. . _$ N A W * j/1/ HIIHIIIIHIIX0 11 144:;S O5 11111111111( ' O h 44 I WFEO i! Illi asN 1Q W W to 4 I 11 I I 1 • € I '' ive ‘''... .* \ ,'• ;::::::;7:14.; fp. . O� 141''i�i RuNNEL v 1&hawii�a 9§9 �yit �X_ �\ .! ;N .IInhIiiinnI! ..........„---,--------- W LL \ �.1 , ,, y Ii !!IHIIIII g '„ i I HH!iLJIIIIII 11 1111111111111111 I . !,1 1 1 1 i id". 1 : so " ii"iiii' 1 di ray +9 I. ! I1111 1111 it, iti ,°O.004,0'b'IS 3N/7 //JJV/► w co g N 1 es A m , o o O o o c qp a I3 = N G y Q O O O O O W K a 88 4 S g.Q O - N N N i Y * .4o g $ of y k ka u ..MI Nap Alb ns; Asn_ a.r in►j 04 V a Si F. n it i r 1 � 'I 1 I 1 4 I fieff AA 4 P a m Wi+7 1 IVY ism W lam ., i IVY 'M'7 I Ii7 *Me ��, Z O V o B r I 1 I U , Aa 4 R. R i &.� Y s 99 & 8 s s 9 9 & s 9 99 & 9 9 1 9 9 & 9 Y s 9 9 E 0 0 0 0 0 8 AW 4a ''E Q 0 0 0 0 0 Li @ W -141 , . a m n 0 L.. ..'32_o Q a P e1 a s El I f E 0/4 ve$97 r ;i a, a 11 I �I 1 1 . 1I 1 III I -v G< 4 �I iI 4 . titta t . . ,� I II 6 • 1 I iI y it Si - 1I I T I WI iri 14 Ani."7 f We '14Ailli T Mi Iglj 4 0 W--tif IC� I 1 I i , p f 1 $ & s s s 9 a & s s z 9 u & s s s 9 & S s s 9 9 a & s s z a 9 - 3 1 6 A 2 E , O O O O 0 W W Q .4., a la x I Q O 0 0 0 O W1 kl,H W , a a a �f nap h ,,.. i ? _ tg,4 1 . . 1 . = 1. q g f : i i i' i '''' ' • :._ ;;; , Ng i 11 1 i t it li I I I 1 i o1 h 1 11 T III / I '� / '1 ' II ' _ I II a Q q$q 8 0 o a a 0 ri1L5 0 0 0 • o w §S n n - - a ,, 3ppW Z� a - a o i JS ti 11111 I•IIIIIIIluuIIIuuuu iniiuuuuIIuIluhuiumouuuuuIIIIIIIIIIIuIuhuIIII lIIluuIIIuuIuuIIIIIIIIuII w jI I 01 _ � li. 1 i1 � kIIIi li ill a ' i'll hill I 11 I o Ii` i li i� i�� Ili1i1H1b1 i IIIIIH111111IIII IIIIIIIIII IIIIIIIIII111111IIII IH111111IIIIIIIIIIII IIIIIIIIIIil111111111111IIlIII 1 • E J O 0 O 0 t W }� g g ¢ 0 0 0 0 i W } is W , M a n W a € wfi 4 S g¢ ., a - a C4 ti a 8e @ Pim 5 NI .vs vv ail yr WV wl_nn1 lbal w+3 'A 4. V t 1 1 ,1 1 Iy 1, II I o i 1 -I i- ' L i1 J a p d , -mil i " wpm i 1 Ave wa i i Mi431 43 L a as 19413 I i sy O i a 8 Z R i & aazaa k s >sz • a .. RR 92292 & • 9292 a & 22292 0 0 0 0 0 "x; illf, i cc 9% e ¢ 0 0 0 0 0 k =Vna W w . n n h o,m„ O Z4E §,¢ w a a - 8 . $ 8 in A .11 4 IF-u--. Aaro--ML Ns :M{ LW ins .f.,m_Pez rc LI ii ,1 1 9 ._ _I :7. ,h I 1 I - - -I ,� — -. I I � 1 •'a I� I 0 3 I I ' L > 0 .. I o MO WWI 3 4 St R & S 9 z 9 a q & s a 2 9 2 R & a r z a a a & a a z a a $ & a a z a a A 2 11 "III 11 000001100011001000000001000001010000011 1100001 " " " " 1:: Plf 1011111 111 111 1111 :I 1111110011111100011111000011111000000111001011 (4,,:::,, A 2 m 1 O O O O W AW+ C Z Ia 2 g u H Q O O O O W W K pW � h �o � h WZ ..,,, 4 W p, Q A � �p Ow y '�\I e .i u Q g. . . . . $ t wl y 1P7 - - ant is63 oYL!D�3 .v!ana wn wa.3 '' k' E - . _ a V i 'Pi+ (p 1 I. it it . hl Il . . . II 3 O irI 1,4 ,l it it F Y N .ppo. 1 N i i 1 : �jj 0, gg A 4 0 AN WOO Q .VY 'MI3 T MI 'NN3 .VY 'Mp; n ivy'J*9 tl e a `) p a 11 i Q B & 3313 % a & s s z 9 & s s z 9 & & s s 3 $ & s s 3 9 Diaz Q O O 0 0 O � W w@ .a Wh h h h v � QQW g', a a a 8 8 8 8 j1 111 w wJ w►er villi .vq �Ms _k_e_13-3 MVO i 1 a r1 n il , n. n ! it 11 1 1 ' 1 tl ili Ipi I I r W i NN .....ti�� a -- 'M►3 3. WV Rb3 4 VY V�f+3 i N 7+143 l i O � I I Fa fi & s s 2 9 & & s 31 2 9 q & s 3 z 9 R & s m 3 3 2 & s s z 9 s h, 16A2 6 A 2 I - 1. ..t,„ N. ,.,... , i x z. ,,, - I W , I' W� I w 1 I Ql o g rw 1 44 a t r ,+V F i T3') El 4 k e oa iH 4 i O O O O ®®�Z ',' ] 0 0 o O � n n u 1 'fir."' i L Ili i 10001111111111000111111100001110000001010011111111111,1. 1 1 1 n IIIi 1, W 1; 0 A. 1 II 1 i ,4 s, „ A . , . ... .; . , , „ A , , 16A2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-30 TRUTH IN NEGOTIATION CERTIFICATION PROCUREMENT 05/14 Pursuant to Section 287.055(5)(a), Florida Statutes, for any lump-sum or cost-plus-a-fixed fee professional services contract over the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY FOUR, the Department of Transportation (Department) requires the Consultant to execute this certificate and include it with the submittal of the Technical Proposal, or as prescribed in the contract advertisement. The Consultant hereby certifies, covenants, and warrants that wage rates and other factual unit costs supporting the compensation for this project's agreement are accurate, complete, and current at the time of contracting. The Consultant further agrees that the original agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the Department determines the agreement price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such agreement adjustments shall be made within (1) year following the end of the contract. For purposes of this certificate, the end of the agreement shall be deemed to be the date of final billing or acceptance of the work by the Department, whichever is later. Johnson Engineering,Inc. Name of Consultant By: i7Ta2/ 09/28/2016 Date OF FLORIDA DEPARTMENT OF TRANSPORTATION 16A STATE 75-03 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROCUREMENT INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant: Johns En ine Inc. By: Michael Dickey,P.E. Date: 09/28/2016 Title: Vice President Instructions for Certification Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a. By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government,the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms"covered transaction,""debarred,""suspended,""ineligible,""participant,""person,""principal,"and "voluntarily excluded,"as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/),which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 16A2t: STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-33 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 10/01 ON FEDERAL-AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: Johnson Engineering,Inc. By: Michael Dickey,P.E. Ti,,,py Date: 09/28/2016 .lil Authorized Signature: Title: Vice President 1 6 A 2 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-34 DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 02/16 Is this form applicable to your firm? YES ❑ NO 21 If no,then please complete section 4 below for"Prime" 1.Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: d. loan Year: Quarter: e. loan guarantee Date of last report: f. loan insurance (mm/dd/yyyy) 4. Name and Address of Reporting Entity: 5. If Reporting Entity in No. 4 is a Subawardee, Enter Name and IN Prime ❑ Subawardee Address of Prime: Tier , if known: Johnson Engineering,Inc. 2122 Johnson Street Fort Myerm,FI 33901 Congressional District, if known:4c Congressional District, if known: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, if applicable: 8. Federal Action Number, if known: 9.Award Amount, if known: 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, MI): different from No. 10a) (last name, first name, MI): 11. Information requested through this form is authorized by title 31 l) Tab)/U.S.C.section 1352.This disclosure of lobbying activities is a Signature: material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C. 1352. Print Name: M chael Dickey,P.E. This information will be available for public inspection.Any person who fails to file the required disclosure shall be subject Title: Vice President to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure. Telephone No.: (239) 334-0046 Date (mm/dd/yyyy): 09/28/2016 Federal Use Only: Standard for Local Reproduction Standard Form LLL(Rev.7-97) :. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 975-030-50 CONFLICT OF INTEREST CERTIFICATION PROCUREMENT 01/12 FOR CONSULTANT/CONTRACTOR I certify that I have no present conflict of interest,that I have no knowledge of any conflict of interest that my firm may have, and that I will recuse myself from any capacity of decision making,approval,disapproval, or recommendation on any contract if I have a conflict of interest or a potential conflict of interest. Consultants/Contractors are expected to safeguard their ability to make objective,fair, and impartial decisions when performing work for the Department, and therefore may not accept benefits of any sort under circumstances in which it could be inferred by a reasonable observer that the benefit was intended to influence a pending or future decision of theirs, or to reward a past decision. Consultants performing work for the Department should avoid any conduct(whether in the context of business, financial, or social relationships)which might undermine the public trust,whether or not that conduct is unethical or lends itself to the appearance of ethical impropriety. I realize that violation of the above mentioned standards could result in the termination of my work for the Department. Contract No./Project Description(s): RFP 15-6471 Financial Project Number(s): Each undersigned individual hereby attests that he/she has no conflicts of interest related to the contract(s)identified above. Printed Names Signa ures Date Michael Dickey, P.E. jut1 09/28/2016 1 , STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR COMMODITIES &CONTRACTUAL PROCUREMENT 01/16 SERVICES Prime Contractor: Johnson Engineering,Inc. Address/Phone Number: 2122 Johnson Street,Fort Myers,FL 33901 Procurement Number: RFP 15-6471 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number:59-1 173834 6. [' DBE 7. Annual Gross Receipts 2. Firm Name: Johnson Engineering,Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: (239) 334-0046 [' Between $1 - $5 million 4. Address: 2122 Johnson Street ❑ Between$5-$10 million Fort Myers,FL 33901 ® Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1946 1. Federal Tax ID Number: 77-0681624 6. ® DBE 7. Annual Gross Receipts 2. Firm Name: HighSpans Engineering.Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: (239) 443-7010 IN Between $1 -$5 million 4. Address: 8971 Daniels Center Drive, ❑ Between $5-$10 million Ste.305 ❑ Between $10-$15 million Fort Myers,FL 33912 ❑ More than $15 million 5. Year Firm Established: 2007 1. Federal Tax ID Number: 59-3154723 6. ® DBE 7. Annual Gross Receipts 2. Firm Name: Tierra,Inc. ❑ Non-DBE ❑ Less than $1 million 3. Phone: 7351 Temple Terrace Hwy ❑ Between $1 -$5 million 4. Address: Tampa,FL 33637 ❑ Between $5-$10 million ® Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1992 1. Federal Tax ID Number: 64-0183924 6. ® DBE 7. Annual Gross Receipts 2. Firm Name: FloridaTransportation Engineering ❑ Non-DBE ❑ Less than $1 million 3. Phone: (941) 639-2818 ® Between $1 -$5 million 4. Address: 8250 Pascal Drive ❑ Between $5- $10 million Punta Gorda,FL 33950 ❑ Between $10-$15 million ❑ More than $15 million 5. Year Firm Established: 1989 AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET(Invitation to Bid—ITB) PRICE PROPOSAL(Request for Proposal—RFP) REPLY(Invitation to Negotiate—ITN) (N11—ale!lo6eN 04 uo!;e;!nuI)A1d321 (dal—!esodoad Jo;;senba21)1VSOdO21d 33I Id (811—P!e 0;uo!;e4!nul)133HS ale :21f10A HIM W210d SIHI_IW8f1S 3SV31d `319VOIlddV SV :pags!Ige4s3 wn3 aeaA '9 uo!II!w 94$ueyl aim ❑ uo!II!w 96$-06$uaannla8 ❑ uo!p!w OI,$-9$uaannla8 ❑ :ssaappy uo!ll!w 9$- l$ uaannla8 ❑ :auoyd '£ uo!ll!w f$ueyl ssal ❑ 380-uoN ❑ :aweN wn3 'Z sld!aoa21 ssa0 lenuuy 'L 380 ❑ '9 :JagwnN a1 xel Ieaapad •l• :pags!Ige4s3 wal3 aeaA '9 uo!II!w 9 L$ ueyl aaow ❑ uo!II!w 9l$-Ol$ uaannla8 ❑ uo!IIlw 06$-9$uaaMla9 ❑ :ssaappy 'b uo!lIlw 9$- t$ uaannla8 ❑ :auoyd 'E uo!p!w l,$ ueyl ssal ❑ 380-uoN ❑ :aweN WJ13 'Z s4d!a0a8 ssoa0 Ienuuy 'L 380 ❑ '9 :aagwnN 01 xel Ieaapa3 '1. :pags!Igels3 w.n3 aeaA '9 uo!ll!w 91$uegl aaow ❑ uo!II!w 96$-06$uaannla8 ❑ uo!II!w Ol$-9$uaannla8 ❑ :ssaappy b uo!II!w 9$- I,$uaannlae ❑ :auoyd 'E uo!ll!w 1.$ ueyl ssal ❑ 380-uoN ❑ :aweN wnd 'Z sld!aoa21 ssoJ0 Ienuuy 1 380 ❑ '9 :aagwnN a1 xel leJapad '1. 9b61 :pags!Igels3 wa!3 aeaA '9 uo!IIlw 9l$ueyl a.iolj ® 80 I frE H`saldEN uo!II!w 9l$-06$ uaannlae ❑ SOS a;!nS uo!II!w 06$-9$uaaNga8 ❑ 'PAM 4E8 un!lad I08S :ssaappy '17 uo!II!w 9$- 4$uaannla8 ❑ S I L1-965 (6EZ) :auoyd 'E uo!II!w �$ ueyl ssal ❑ 38a-uoN ® 'Du!'II!H WHO :aweN wa!3 'Z sld!aoa21 ssoJO lenuuy 1 380 El .9 6818160-6S:aagwnN 01 xel leaapa3 •6 's.aoloe.quoogns.rayl pue 'sanlaswayl ao;L pue '9'9 saagwnN uo algel!ene aney Aayl uollewao;u!Aue ap!noad pinoys pue `y pue£ `Z '4 saagwnN Jo;uo!lewao;u!ap!nad lsnw saoloealuoo awed loafad pals!sse-1Oa o!;!oads e uo noA gl!nn 6u!weal u!lsaaalu! ue 6ulssaadx9 pue noA 6ugoeluoo saoloealuoogns He apnlou!lsnw ls!I s!yl 's38a-uou pue s380 wog 6u!pnlou! 'sloafoad pa4s!sse-1Oa uo slepalew sa!Iddns pue sloe.quoogns alonb JO pp.Jo 'slowluoo awed uo p!g leyl swag He apnlou!lsnw ls!l ayl •sloeJluoo pa4s!sse-100 uo `aled!oiped of 6u4dwe1 a JO `6ugedi3gied aae leyl swill He Jo Bugs!' e aq 04 papualu!s!ls!I ayl 14.9Z IJBd 2Id0 6P I L '9-S I d321 :aagwnN luawaanooad 106EE 13's.aaX!„I IJo j uosuyo(ZZ I Z :aagwnN auoyd/ssaappy •DUI'2UiJeeu!Su3 uosuyo( :aoloealuo0 aw!ad S30IA2I3S 1N3W32111O021d 1Vl10V2I1NO0'8 S2I11aOININ00 2IOI 1911 AlINfllaOddO 018 Z9-040-4L£ NOIIV18OdSNV211 JO 1N3NadVd3a ValtJOld JO 31V1S 2 V9T 1 6 4 2 ,__--, DATE(MM/DO/YYYY) ACCORD. C RD® CERTIFICATE OF LIABILITY INSURANCE 2/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER NAME: Linda Johnson Lykes Insurance, Inc. PHONE 239-931-3027 FAX No) 239-931-5604 P.O. Box 60043 (A/c No,Ext) Fort Myers FL 33906-6043 ADDRESS:Ijohnson@lykesinsurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Casualty Company 20443 INSURED JOHNS05 INSURER B:American Cas Co of Reading PA 20427 Johnson Engineering, Inc. INSURER C:Continental Insurance Company 35289 PO Box 2112 INSURER D:Valley Forge Insurance Co. 20508 Fort Myers FL 33901 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1741443839 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE ,INSD MD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A x COMMERCIAL GENERAL LIABILITY Y 4027219232 9/15/2016 9/15/2017 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED $500,000 CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) X Contractual Liab MED EXP(Any one person) $15,000 X XCU PERSONAL&ADV INJURY $1,000,000 — GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $Z000,000 POLICY X jECT X LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: B AUTOMOBILE LIABILITY Y 5084100207 9/15/2016 9/15/2017 COMBINED SINGLE LIMIT $1 (Ea accident) ,000,000 X ANY AUTO I BODILY INJURY(Per person) $ AUTOS�ED SCHEDULED BODILY INJURY(Per accident) $ X NON-OWNED PROPERTY DAMAGEE X HIRED AUTOS $ AUTOS Per accident X PIP PIP $10,000 C X UMBRELLA LIAB XOCCUR 4034928401 9/15/2016 9/15/2017 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 $ D WORKERS COMPENSATION 4034939852 9/24/2016 9/24/2017 X STATUTE OER TH AND EMPLOYERS'LIABILITYY/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) PROJECT: Contract#15-6471 -Design Services for LAP Funded Projects Collier County Board of County Commissioners, OR Board of County Commissioners in Collier County, OR Collier County Government is listed as additional insured for any and all work performed in Collier County,with respects to general liability per form CNA75079XX and auto liability per form CA2048 0299. These policies apply on a primary and non-contributory basis. A 30 day notice of cancellation applies, except 10 days in the case of non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier County Board of County Commissioners THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 3327 E Tamiami Trail E. ACCORDANCE WITH THE POLICY PROVISIONS. Naples FL 34112 AUTHORIZED REPRESENTATIVE 120"I tj/jlVj ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD (� JOHNS-1 OP ID: KJ ,4C—CORE, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 02/14/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kristin McIntosh JCJ Insurance Agency NAME: 2208 Hillcrest Street (a/c No,Ext):321-445-1117 FAX No): 321-445-1076 Orlando,FL 32803 ADDRESS:certs@jcj-insurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Berkley Insurance Company 32603 INSURED Johnson Engineering, Inc. INSURER B 2122 Johnson St. Fort Myers, FL 33901 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 ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO G $LOC PRODUCTS-COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) —1 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab AEC-9011283-01 09/15/2016 09/15/2017 Per Claim 2,000,000 Claims-Made Form Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Contract#15-6471 -Design Services for LAP Funded Projects. 30 day notice of cancellation, except 10 day for non-payment. CERTIFICATE HOLDER CANCELLATION COLL332 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier CountyBoard of THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. County Commissioners 3327 Tamiami Trail East Naples, FL 34112 AUTHORIZED REPRESENTATIVE „1-1-14di©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 5084100207 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured: (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION WHOM YOU ARE REQUIRED TO ADD AS AN ADDITIONAL INSURED ON THIS POLICY UNDER A WRITTEN CONTRACT OR WRITTEN AGREEMENT. YOU MUST AGREE TO THESE CONTRACTS PRIOR TO THE DATE OF LOSS. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) M Each person or organization shown in the Schedule is an "insured"for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART .1 6 It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance is required by written aaa CNA75079XX(1-15) Policy No: 4027219232 Page 1 of 2 Endorsement No: 6 CONTINENTAL CASUALTY COMPANY Effective Date: 09/15/2016 Insured Name: JOHNSON ENGINEERING, INC. Copyright CNA Al Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a. x CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as uvided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX(1-15) Policy No: 4027219232 Page 2 of 2 Endorsement No: 6 CONTINENTAL CASUALTY COMPANY Effective Date: 09/15/2016 Insured Name: JOHNSON ENGINEERING, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.