Loading...
Agenda 03/24/2020 Item #16A11 (RPS #19-7663 w/Q. Grady Minor & Associates)03/24/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 19-7663, “Naples Manor Stormwater Improvements Preliminary Engineering Study,” and authorize staff to begin contract negotiations with the top-ranked firm, Q. Grady Minor and Associates, P.A., so that staff can bring a proposed agreement back for the Board’s consideration at a subsequent meeting. OBJECTIVE: To obtain Board approval of the selection committee’s ranking for RPS No. 19-7663 so that staff can begin contract negotiations with Q. Grady Minor and Associates, P.A., to reach a proposed agreement regarding developing a preliminary engineering study for Naples Manor Stormwater Improvements. CONSIDERATIONS: The stormwater drainage system throughout Naples Manor is over 50 years old and generally consists of roadside swales and driveway culverts with mostly corrugated metal pipes. Some of the swales discharge into a disjointed open channel collection system that ultimately outfalls into the existing canal along the north side of US-41. The US-41 canal and downstream stormwater outfall facilities have been constructed with sufficient capacity to properly handle the stormwater flows from Naples Manor. Through the years, some of the corrugated metal pipes have rusted through and have failed, requiring emergency replacement in order to maintain the integrity of the driveway and safety for residents. Existing swales are compromised and often above their intended grade to function properly. Additional sidewalks are proposed throughout the community, which will further impact stormwater drainage. Current potable water and sewer infrastructure are also aging and in need of replacement/upgrades. On November 26, 2019, the Procurement Services Division released notices of RPS No. 19-7663, Naples Manor Stormwater Improvements Preliminary Engineering Study. Staff notified 10,312 firms, 175 interested firms viewed/downloaded the solicitation package, and the County received six (6) proposals by the January 14, 2020, deadline. Staff found all six proposals to be responsive and responsible. The selection committee met on February 5, 2020, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top three firms to move on to step 2, presentations: (1) Q. Grady Minor and Associates, P.A., (2) Hole Montes, Inc., and (3) Davidson Engineering, Inc. On February 14, 2020, the selection committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: Respondents: Company Name City County State Final Ranking Responsive/Responsible Q. Grady Minor and Associates, P.A. Bonita Springs Lee FL 1 Yes/Yes Hole Montes, Inc. Naples Collier FL 2 Yes/Yes Davidson Engineering, Inc. Naples Collier FL 3 Yes/Yes Cardno, Inc. Fort Myers Lee FL Not Ranked Yes/Yes CW3 Engineering, Inc. N. Fort Myers Lee FL Not Ranked Yes/Yes Capital Consulting Solutions LLC Naples Collier FL Not Ranked Yes/Yes 16.A.11 Packet Pg. 161 03/24/2020 Staff is recommending negotiations with the top-ranked firm, Q. Grady Minor and Associates, P.A. In the event an agreement cannot be reached with the top-ranked firm, staff would continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration. FISCAL IMPACT: On October 22, 2019, the Board of County Commissioners authorized a grant of $80,000 for the Naples Manor Stormwater Improvements Phase I for the Preliminary Engineerin g Study. Project# 33649 CDBG Naples Manor. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee’s ranking for RPS No. 19-7663, “Naples Manor Stormwater Improvements Preliminary Engineering Study,” authorize staff to begin negotiating with the top-ranked firm, Q. Grady Minor and Associates, P.A., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that a proposed agreement can be brought back for the Board’s consideration at a subsequent meeting. Prepared By: Mindy Lee Collier, Project Manager, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. 19-7663 Final Ranking (PDF) 2. 19-7663 Solicitation (PDF) 3. 19-7663 NORA (PDF) 4. [Linked] QGMA_-_RPS_19-7663_- _NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERIN G_STUDY (PDF) 5. Executed MOU Capital project Naples Manor (PDF) 6. EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (PDF) 7. Exh. I.B Grant Certifications and Assurances - Q. Grady (PDF) 16.A.11 Packet Pg. 162 03/24/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.11 Doc ID: 11718 Item Summary: Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 19-7663, “Naples Manor Stormwater Improvements Preliminary Engineering Study,” and authorize staff to begin contract negotiations with the top-ranked firm, Q. Grady Minor & Associates, P.A., so that staff can bring a proposed agreement back for the Board’s consideration at a subsequent meeting. Meeting Date: 03/24/2020 Prepared by: Title: – Capital Project Planning, Impact Fees, and Program Management Name: Mindy Collier 02/18/2020 3:04 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 02/18/2020 3:04 PM Approved By: Review: Growth Management Department Judy Puig Level 1 Reviewer Completed 02/24/2020 9:42 AM Capital Project Planning, Impact Fees, and Program Management Gino Santabarbara Additional Reviewer Completed 02/24/2020 10:10 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 02/24/2020 10:50 AM Procurement Services Evelyn Colon Additional Reviewer Completed 02/24/2020 10:58 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 02/24/2020 1:56 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 02/25/2020 2:26 PM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 02/26/2020 12:04 PM Procurement Services Sandra Herrera Additional Reviewer Completed 02/27/2020 8:56 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 02/27/2020 9:00 AM Grants Erica Robinson Level 2 Grants Review Completed 02/27/2020 12:49 PM Grants Carrie Kurutz Additional Reviewer Completed 02/28/2020 9:54 AM County Attorney's Office Scott Teach Additional Reviewer Completed 03/02/2020 9:20 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/02/2020 11:15 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/02/2020 2:54 PM 16.A.11 Packet Pg. 163 03/24/2020 Office of Management and Budget Laura Zautcke Additional Reviewer Completed 03/02/2020 4:23 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/02/2020 4:54 PM Grants Therese Stanley Additional Reviewer Completed 03/13/2020 1:59 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/14/2020 2:35 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/24/2020 9:00 AM 16.A.11 Packet Pg. 164 Selection CommitteeFinal Ranking SheetRPS #: 19-7663Title: Naples Manor Stormwater Improvements Preliminary Engineering Study Name of Firm Mindy Collier Robert Wiley Tami Scott Pawel Brzeski Tom Sivert TotalSelection CommitteeFinal Rank Q. Grady Minor and Associates, P.A.121116 1.0000Hole Montes, Inc.212229 2.0000Davidson Engineering, Inc.3333315 3.0000Procurement Professional Sarah HamiltonStep 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest.) Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached.Page 1 of 116.A.11.aPacket Pg. 165Attachment: 19-7663 Final Ranking (11718 : Naples Manor Stormwater Improvements Preliminary COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY RPS NO.: 19-7663 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.A.11.b Packet Pg. 166 Attachment: 19-7663 Solicitation (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 19-7663 PROJECT TITLE: Naples Manor Stormwater Improvements Preliminary Engineering Study RPS OPENING DAY/DATE/TIME: January 7, 2020 at 3:00 P.M. PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Capital Project Planning, Impact Fees & Program Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants for engineering services to prepare a preliminary engineering study outlining options and cost estimates for stormwater improvements that would be needed based on planned sidewalk enhancements within the Naples Manor area, 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. This information provides qualified firms a basic scope of work to assist with proposal preparation. BACKGROUND Naples Manor is a residential area, measuring approximately 0.69 square miles and consists of 31 streets. The current stormwater drainage system throughout Naples Manor is over 50 years old and generally consists of roadside swales and driveway culverts with mostly corrugated metal pipes. In 2010, the Collier County Metropolitan Planning Organization (MPO) published the Naples Manor Walkable Community Study identifying and prioritizing pedestrian and bicycle enhancements in Naples Manor. Additional proposed sidewalks will further impact the existing roadside stormwater management system and the purpose of this preliminary engineering study is to identify those impacts on the existing stormwater system and identify and prioritize options for stormwater improvements in conjunction with the proposed sidewalks. The project requires review of the existing roadside stormwater management system components and appurtenances, topographic surveying, identification of utilities and prioritizing street sections (components) to be designed and constructed in coordination with the proposed sidewalk improvements. The consultant is required to explore all available options and propose conceptual stormwater management system layout including any need to acquire new right-of-way and/or easements. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK Work to be completed by the Consultant includes: 1. Complete a survey. 2. Review plans for additional sidewalks, replacement and/or upgrades to existing utilities. 3. Identify design alternatives. 4. Produce all project related documents and specifications necessary for Collier County Procurement Division’s Request for Professional Services process to solicit a consultant to complete the final stormwater management design. 5. Support all preliminary project bid documents produced during and through the Request for Professional Services process to procure the final design consultant. 16.A.11.b Packet Pg. 167 Attachment: 19-7663 Solicitation (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) TASKS TO BE COMPLETED: Task 1 – Existing • Initial meeting with staff to review scope of work and contact information for coordination. • Perform survey services to establish topography and existing improvements within the existing right-of-way including all existing roadside stormwater management infrastructure, current sidewalks, curb and gutter, street lighting, power poles and physical obstructions such as fire hydrants catch basins, drainage ditches, manholes, large trees etc. The drawings should also reflect the location of all existing underground utilities depicted from existing utility plans. Task 2 – Proposed Improvements • Review Naples Manor Walkable Community Study to identify desired sidewalk enhancements. • Using the Walkability Study, provide design alternatives to address impact of additional impervious surfaces on the roadside stormwater management system. • Utilize a ranking matrix to prioritize the stormwater improvements using the following parameters: o Priority areas (tiers) identified in the Naples Manor Walkable Community Study o Adequacy of existing and proposed stormwater outfalls o Improvement in level of drainage with proposed stormwater improvements o Budget/Cost of stormwater improvements o Land Acquisition Need and Feasibility o Time to Project Completion for prioritized section • Recommend an implementation sequence. • Prepare an Executive report summarizing the Task 1 and 2 findings. Coordination with Collier County Capital Improvements, Impact Fees and Transportation Planning Division must be performed during this task. REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 The selection process will involve a two-step proposal review to minimize Proposers’ costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal which will be scored based on the scoring criteria in the Scoring Criteria for Development of Shortlist, which will be the basis for short-listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will enter into negotiations with the top ranked firms to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an allowance in the contract for items such as changes in scope and permit acquisition. 1.2 The COUNTY will use a Selection Committee in the Request for Professional Services selection process. 1.3 The intent of the Step 1 scoring of the qualifications proposal is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the short-listed firms will be requested to submit Step 2, to make oral presentations. 1.5 The scores from the RPS - Step 1 used for short-listing for this Project will not be carried forward for the Step 2 of this selection process. 1.6 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.7 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.8 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top-ranked firm, negotiations with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.9 For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY’S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: 16.A.11.b Packet Pg. 168 Attachment: 19-7663 Solicitation (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive. Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (25 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team’s qualifications to successfully complete the project. EVALUATION CRITERIA NO. 2: PAST PERFORMANCE (25 Total Points Available) This criterion measures the professional team’s past experience with projects similar in size, type and complexity as this project. The professional team will be evaluated on past services provided for projects of similar size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team’s minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using the Reference Questionnaire provided. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (25 Total Points Available) Limited to 7 pages total Written overview of the professional team’s resources available to complete the services requested in the schedule outlined in the scope of services. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, 11” x 17” page size and 40 activities maximum) Written overview of professional team’s concept and approach to managing the overall cost of the project (Limit response to 3 pages). Include in the 3-page response specific information on past project performance that demonstrates the Proposer’s ability to meet owners’ budgets including change order history on similar projects. EVALUATION CRITERIA NO. 4: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (25 Total Points Available) This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. 16.A.11.b Packet Pg. 169 Attachment: 19-7663 Solicitation (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.11.b Packet Pg. 170 Attachment: 19-7663 Solicitation (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) Date: February 18, 2020 Notice of Recommended Award Solicitation: 19-7663 Title: Naples Manor Stormwater Improvements Preliminary Engineering Study Due Date and Time: January 14, 2020 at 3:00 p.m. Respondents: Company Name City County State Final Ranking Responsive/Responsible Q. Grady Minor and Associates, P.A. Bonita Springs Lee FL 1 Yes/Yes Hole Montes, Inc. Naples Collier FL 2 Yes/Yes Davidson Engineering, Inc. Naples Collier FL 3 Yes/Yes Cardno, Inc. Fort Myers Lee FL Not Ranked Yes/Yes CW3 Engineering, Inc. N. Fort Myers Lee FL Not Ranked Yes/Yes Capital Consulting Solutions LLC Naples Collier FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On November 26, 2019 the Procurement Services Division released notices of Request for Professional Services 19-7663, Naples Manor Stormwater Improvements Preliminary Engineering Study. 10,312 firms were notified, 175 firms viewed/downloaded the bid information and six (6) proposals were received by the due date of January 14, 2020, as shown above. All six proposers were found to be responsive and responsible. Q. Grady Minor and Associates, P.A. was contacted for grant certifications and assurances, and deemed a minor irregularity. The Selection Committee met on February 5, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Q. Grady Minor and Associates, P.A. Hole Montes, Inc. Davidson Engineering, Inc. On February 14, 2020 the Selection Committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: Q. Grady Minor and Associates, P.A. ranked as 1 Hole Montes, Inc. ranked as 2 Davidson Engineering, Inc. ranked as 3 DocuSign Envelope ID: 0C8ABCF1-086D-4A79-9EFD-1A27D12D7052 16.A.11.c Packet Pg. 171 Attachment: 19-7663 NORA (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) Staff is recommending negotiations with the top ranked firm, Q. Grady Minor and Associates, P.A. Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 0C8ABCF1-086D-4A79-9EFD-1A27D12D7052 16.A.11.c Packet Pg. 172 Attachment: 19-7663 NORA (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) Serving Southwest Florida Since 1981 Company Q. Grady Minor & Associates, P.A. Mark Minor, P.E., President Address 3800 Via Del Rey Bonita Spring, FL 34134 Phone P: 239.947.1144 F: 239.947.0375 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY RPS NO. 19-7663 Board of County Commissioners 16.A.11.d Packet Pg. 173 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY COVER LETTER NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 January 14, 2020 Ms. Sarah Hamilton Collier County Government Procurement Services Division 3295 Tamiami Trail East Naples, Florida 34112 RE: RPS No. 19-7663: NAPLES STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY Q. Grady Minor & Associates, P.A. (GradyMinor) is pleased to submit this proposal for the Naples Manor Stormwater Improvements Preliminary Engineering Study (Project). The tiered approach to provide a walkable neighborhood in Naples Manor detailed in the Naples Manor Walkability Community Study is a great first step to ensure the safety of the residents and guests that traverse through Naples Manor. The Naples Manor Stormwater Improvements Preliminary Engineering Study will be a crucial next step to determine different options for stormwater improvements that would be needed based on the sidewalk enhancements. GradyMinor recognizes the importance of this next step which will allow the County to streamline the improvements which would ultimately result in a safer neighborhood for Naples Manor. We are local engineers, surveyors, and inspectors and we take great pride in projects in our community. Nearly half of our 60 employees live in Collier County including our president (Mark W. Minor, P.E.) and our co-owner and secretary Wayne Arnold A.I.C.P. GradyMinor has been serving public and private sector clients in southwest Florida with engineering and stormwater design for over 35 years. We have personal and local knowledge which will enhance our ability to provide design services that can best serve the local community. Our proximity to Naples Manor coupled with record information of previous designs and survey information of Naples Manor will separate GradyMinor as the consultant that is the best choice for the Naples Manor Stormwater Improvements Preliminary Engineering Study. Michael Delate, Project Manager for the Naples Manor Stormwater Improvements Preliminary Engineering Study, has reviewed all the available information associated with each of the three project sites and has performed multiple site visits. We have a keen understanding of the existing conditions and the expectations of this Project. Throughout this Project our approach will revolve around putting the residents and stakeholders first, while providing sound engineer design and exceptional service to Collier County at an economical cost. We are a local firm who live and work here and possess the expertise to fulfill the stated objectives in the RPS. GradyMinor accepts the conditions stated in RPS 19-7663 (Naples Manor Stormwater Improvements Preliminary Engineering Study) and we appreciate your interest in our team and our capabilities. We have enjoyed our relationship with Collier County on many projects and look forward to another opportunity to serve Collier County. Sincerely, Sincerely, Justin Frederiksen, P.E. Mark W. Minor, P.E. Vice President President 16.A.11.d Packet Pg. 174 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY COVER LETTER NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 2 WE CARE  We care because we live here and love Collier County.  We care and take pride in delivering sound and timely services to Collier County.  We care about the responsible use of our taxpayer dollars. OUR CONNECTION TO COLLIER COUNTY  Nearly half of our 60 employees live in Collier County; pay for Collier County utility services; pay Collier County taxes; shop and eat at Collier County businesses; and have children attend Collier County schools. The money we earn stays in Collier County.  The principals of GradyMinor live in Collier County and have been residents here for over 25 years.  We have good relationships with local Contractors and believe in tapping the experience of local Contractors to ensure our designs are economical and constructible.  GradyMinor gives back to the community by providing pro-bono services to charitable organizations including the Shelter for Abused Women, Habitat for Humanity, and St. Mathew’s House to name a few. OUR LOCATION  Our office is a 20-minute drive from the County’s offices. OUR INSTITUTIONAL KNOWLEDGE OF REGION  GradyMinor has extensive experience in Collier County on very similar projects.  We have spent many months preparing for this project and have an extensive understanding of the existing conditions and project areas.  We have successfully completed many similar projects and are very aware of typical pitfalls that must be avoided. OUR EFFICIENCY  The County will not see will not see management and marketing personnel billing to this project. The experienced individuals that will be billing to this project will be the people you know and recognize. WHY SELECT GRADYMINOR? 16.A.11.d Packet Pg. 175 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TABLE OF CONTENTS NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 TABLE OF CONTENTS TAB 1 – Ability of Professional Personnel ………………………………………………………………………. 1-1 Professional Personnel Resumes 1-10 TAB 2 – Past Performance………………………….………………………………………………………………… 2-1 TAB 3 – Project Approach, Willingness to Meet Time and Budget Requirements.......................... 3-1 Draft Project Timeline 3-6 TAB 6 – Recent, Current, and Projected Workloads of the Firm……………………….......................... 4-1 REQUIRED FORMS Addendum 1 Form 1 – Vendor’s Non-Response Statement Form 2 – Vendor Check List Form 3 – Conflict of Interest Affidavit Form 4 – Vendor Declaration Statement Form 5 – Immigration Affidavit Certification Form 6 – Request for Taxpayer Identification Number and Certification Proof of Insurance Division of Corporations – Florida Department of State E-Verify PROFESSIONAL LICENSES REFERENCE QUESTIONNAIRES 16.A.11.d Packet Pg. 176 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Serving Southwest Florida Since 1981 TAB 1 ABILITY OF PROFESSIONAL PERSONNEL 16.A.11.d Packet Pg. 177 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 TAB 1 ABILITY OF PROFESSIONAL PERSONNEL Q. Grady Minor & Associates, P.A. (GradyMinor) is uniquely qualified to serve as the County’s consultant for the surveying, design, permitting and public involvement for the Naples Manor Stormwater Improvements Preliminary Engineering Study. We have the necessary engineering qualifications, skills, and experience and the size of GradyMinor is just right to provide Collier County with personal and efficient service. Established in 1981, GradyMinor has been providing a full range of Civil Engineering services for over 38 years. We have over 175 years of professional engineering combined experience in Southwest Florida. Most of our professional staff live in Collier County, including our president (Mark W. Minor, P.E.), Principal Planner and Secretary Wayne Arnold, A.I.C.P. (the two owners of the firm) and our Vice President and proposed Project Manager Michael Delate, P.E. Nearly half of our employees live in Collier County and the remainder of our staff live in Lee County. Our engineers are hands-on designers with an emphasis on problem solving, quality, customer service, and efficiency. GradyMinor’s professionals have a firm understanding of the Collier County Requirements and Standards; Florida Department of Transportation (FDOT) standards and specifications; South Florida Water Management (SFWMD) requirements and standards; and an understanding of the Naples Manor community. GradyMinor’s large local technical staff allows us to respond quickly and efficiently to projects as they arise or are modified. A project modification or an emergency rush job is accomplished simply by a GradyMinor project manager walking down the hall way to meet face-to-face with the engineers and technicians working on his or her project any day of the week. GradyMinor has assembled a talented local team that is very familiar with Naples Manor as GradyMinor has designed water main and sidewalk projects within Naples Manor in the past. Our team has a long history of serving Collier County and has built our careers and raised our families in southwest Florida. The team of professionals assembled for this project has the required expertise and local knowledge to assure successful implementation.  Twelve (12) Professional Engineers  Two (2) Professional Surveyors and Mappers  A Certified Planner  A licensed Landscape Architect  A licensed General Contractor  Three (3) Engineering Inspectors  Nine (9) Engineering Technicians  Five (5) Survey Crews  Survey Technicians  A Commercially Licensed Drone Pilot  Engineer Interns  Project Administrators GRADYMINOR’S LOCAL STAFF 16.A.11.d Packet Pg. 178 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 2 MEET THE TEAM GradyMinor is committed to allocating the necessary manpower and resources to complete the Naples Manor Stormwater Improvements Preliminary Engineering Study on time and within budget. The current and anticipated workloads will not affect our ability to serve Collier County. Below is our proposed organizational chart, with all key team members. GradyMinor has assembled a team of local experts with years of experience performing professional services for projects within Naples Manor. 16.A.11.d Packet Pg. 179 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 3 KEY GRADYMINOR TEAM PROFESSIONALS + APPLICABLE EXPERIENCE Mark W. Minor, P.E. – Principle/Officer-In-Charge Michael Delate, P.E. - Senior Vice President/Project Manager Mark, a Collier County resident, is the president of GradyMinor and has been with the firm since graduating from Florida State University over 30 years ago. In addition to running the business, Mark continues to manage his own projects including engineering design, permitting and construction inspection for public and private projects involving surface water management system, roadways, water and sanitary sewage and site design. Mark will oversee the negotiation of the contract between GradyMinor and Collier County and he will ensure all contract obligations are met. Mike, a Collier County resident with 30 years of engineering experience in Collier County, will assist on Collier County projects with his extensive local Collier County knowledge. Serving in numerous capacities, he has provided services on projects from master planning to project completion and certification. He has an extensive computer modeling background including modeling of urban runoff, floodplain analysis and master water and sewer planning using the latest computer software programs. Previous experience includes preparing a Master Water Management Plan for the 100,000-acre State of Florida Rookery Bay National Estuarine Research Reserve watershed. Mike has served as Project Manager on many Collier County facility projects including EMS stations and park sites. In addition, he has extensive experience with sidewalk work for Collier County Transportation and CPA including bidding and contract administration services. Mike has in depth knowledge and experience in Southwest Florida and is very knowledgeable of the Collier County Land Development Code and the South Florida Water Management District’s requirement.  Imperial River Watershed Drainage Study  Naples Park – 8th Street Sidewalk Improvements  Clam Pass Park  Pelican Bay South Beach Facility  Vanderbilt Drive and Cul-de-Sac Stormwater Improvements  Bluebill and Vanderbilt Beach Restroom Improvements  Carson Road Sidewalk  Colorado Ave Sidewalk  Miscellaneous Immokalee Sidewalks  Wiggins Bay Community Sidewalk Addition  Bayshore Gateway CRA Tertiary Stormwater Study  Bayshore Gateway CRA Stormwater Improvements  Old 41 Stormwater Improvements  Corkscrew Road Widening Project  Coconut Road Improvements  Big Corkscrew Island Regional Park 16.A.11.d Packet Pg. 180 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 4 Daniel Flynn, P.E. – Deputy Project Manager Daniel is a Project Manager with over 12 years of experience working with the Florida Department of Transportation, Collier County, and multiple Counties and Cities in Florida to produce roadway and sidewalk construction plans. A graduate of the University of Central Florida, Daniel’s design background includes a variety of projects ranging from minor resurfacing/widening projects to roadway reconstruction designs, drainage design associated with roadway and sidewalk improvements, to the design of multimodal complete streets throughout the state of Florida. Daniel’s engineering experience includes Maintenance of Traffic (MOT) design, sidewalk design, turn lane design, signing and pavement marking designs, horizontal and vertical geometry designs, superelevation layouts for roadways, and sidewalks and intersection projects. He is exceptionally familiar with FDOT and Americans with Disabilities Act (ADA) Regulations and has prepared countless design calculations and reports for pavement design, typical section packages, horizontal and vertical geometry, super-elevation layout, guardrail and intersections. Additionally, Daniel has significant experience presenting to the public, councils, homeowner associates, and committees. Daniel is FDOT certified in Advanced MOT and is the current chair for the American Public Works Association Southwest Florida Branch. Daniel’s EOR, Project Management, Public Relations, and Construction Administration Experience includes:  Pelican Landing Pathway and Roadway Rehabilitation Project, Pelican Landing Master Association  Kismet SunTrail, City of Cape Coral (Drainage Design EOR)  3rd Avenue South Improvements and Modern Roundabout Design, City of Naples  8th Street Improvements, City of Naples  City of Bonita Springs Sidewalks - 9,200 LF of concrete sidewalk throughout the City of Bonita Springs  SR 16 Sidewalk Addition from Toms Road to Kenton Morrison Road, FDOT District 2  Nicholas Parkway West Access Management Improvements, City of Cape Coral  Goodland Drive Rehabilitation, Collier County  28th Ave Bridge over Miller Canal, Collier County  Barefoot Williams Road Widening and Trail Design, Collier County  White Boulevard and 23rd Street Southwest Intersection Improvement Project, Collier County  SR 16 3R from Green Acres Road to SR 5, FDOT District 2  Sykes Creek Parkway Resurfacing, Brevard County  SW 122nd Resurfacing and Widening Alachua County  Alfred Street Resurfacing, City of Tavares, Lake County  US 41 Reconstruction and Widening from Tuckers Grade to Lee County/Charlotte County line, FDOT District 2 16.A.11.d Packet Pg. 181 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 5 Frank Feeney, P.E., LEED-AP BD+C – QA/QC Manager/Value Engineering/ Civil Engineer Rick Featherstone, G.C. – Constructability Review, QA/QC, and Construction Inspection Frank is a senior project engineer with over 17 years of experience on a variety of Municipal Projects in SW Florida. A graduate of the U.S. Naval Academy, his experience includes the design, permitting, and construction management of stormwater collection and management systems, sewer collection systems, fire and water distribution systems, roadway design, site design and grading, as well as permit and construction coordination with SFWMD, FDEP, Collier County, Lee County, the City of Marco Island and the City of Key West. Frank was the project manager on a complicated LAP and ARRA funded sidewalk project for the City of Key West that was performed in 7 phases. All 7 phases were LAP and ARRA funded projects and were reviewed and approved by the City of Key West and FDOT. The LAP funding was associated with the “Safe Routes to Schools” program. Each phase included intersection improvements to meet ADA requirements and improvements to roadway drainage. All improvements met ADA, FDOT, and City of Key West standards.  Conservancy of Southwest Florida Campus Wide Improvements  The City of Key west Sidewalk Enhancement Project, Phase I (LAP Project)  The City of Key west Sidewalk Enhancement Project, Phase II (LAP Project)  The City of Key west Sidewalk Enhancement Project, Phase III (LAP Project)  The City of Key west Sidewalk Enhancement Project, Phase IV (LAP Project)  The City of Key west Sidewalk Enhancement Project, Phase V (LAP Project)  Port of The Island Water Treatment Plant  Collier County IQ Source Integration Projects  93rd/94th Avenue North Water Main Replacement Project (Construction Management) Rick manages GradyMinor’s CEI Group and is a licensed General Contractor with over 35 years of experience in SW Florida. He is very familiar with civil construction, roadway construction, sidewalk construction and storm drainages systems. Rick has a clear understanding of construction practices and requirements from state and local agencies that have jurisdiction over the work. His skills include the ability to interpret, understand and apply the requirements shown in construction documents (drawings, technical specifications, applicable standards, etc.) and be able to identify, both verbally and in writing, any deviations to the project team. Rick is well known for not only discovering issues but providing quick and cost effective resolutions to them; he is an invaluable last set of eyes that checks for constructability and economic feasibility. Rick will perform constructability and QA/QC review and oversee construction inspection. Rick’s QA/QC and Construction Administration experience includes:  8th Street Improvements, City of Naples  City of Naples 3rd Avenue South Improvements and Modern Roundabout Design  Vanderbilt Drive / Cul-de-sac Roadway and Sidewalk Improvements  Naples Gulf Shore Drive Water Main Replacement  Naples EMS Station No. 73 Site Inspection  Golden Gate Hammerhead Turn-Around (Field Inspector)  Collier County 95th, 96th, 107th & 110th Avenue North Public Utility Renewal  Collier County Goodland Drive Water Main Replacement  Collier County PS 101.07 Relocation  Collier County PS 101.06 Relocation  City of Naples Orchid Run Water Main Extension Project  Collier County Barron Collier School Water System Improvements 16.A.11.d Packet Pg. 182 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 6 Justin Frederiksen, P.E. –Utility Coordination/Civil Engineer Sally Goldman, P.E. – Project Engineer Justin, a Collier County resident, is a University of Florida graduate that has worked with Collier County, Lee County, Charlotte County, Desoto County, City of Naples, City of Cape Coral, City of Marco Island, City of Bonita Springs, City of Fort Myers, City of Sanibel, and SFWMD on various projects. Justin has a significant amount of knowledge of Collier County, as he has been the project manager for nearly a hundred municipal projects within Collier County. He has over 17 years of engineering and construction experience in the State of Florida. Justin has served as Project Manager on various Municipal Projects which required services including the preparation of master planning documents, preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. Justin’s EOR, Project Management, Public Relations, and Construction Administration experience includes:  Kismet SunTrail, City of Cape Coral (Utility Coordination)  Nicholas Parkway West Access Management Improvements, City of Cape Coral  Woods Edge Parkway Sidewalk Improvements, City of Bonita Springs  Bernwood Parkway Extension, City of Bonita Springs  Gulf Shore Boulevard Improvements, City of Naples  Various Sidewalk LAP projects in the City of Naples  Collier County 95th, 96th, 107th & 110th Avenue North Public Utility Renewal  Goodland Drive Water Main Replacement  West Goodlette-Frank Road Joint Water, Sewer, Stormwater Improvements A Southwest Florida native and Collier County resident, Sally is a Project Engineer with over 5 years of engineering and development experience in the State of Florida. Her engineering experience includes design analysis, permitting and construction management; technical report writing, computer modeling, plans development, geotechnical design, environmental studies, and utility management within Southwest Florida. She has worked with Collier County, Lee County, Charlotte County, City of Naples, Bonita Springs Utilities, various private sector clients, and the FDEP on various projects. Sally has served as a Project Engineer on a long list of Municipal Projects which required services including the preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, and administration and observation of construction contracts. Sally has also produced technical reports regarding new and emerging technology to assist her clients in rehabilitating and maintaining existing infrastructure to provide cost effective and long-lasting solutions to complicated replacements.  Kismet SUN Trail, City of Cape Coral  8th Street Improvements, City of Naples  Collier County 95th, 96th, 107th & 110th Avenue North Public Utility Renewal  Collier County Master Pump Station 302 Bypass  Collier County Cassena Road Water Main Improvements  Collier County Goodland Drive Water Main Improvements  City of Naples PS 7 Relocation  City of Naples PSs 9 and 10 Improvements  Collier County Pump Station 101.20 Replacement and Pump Station Rehabilitation 16.A.11.d Packet Pg. 183 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 7 Alex Dunko, P.E. – Project Engineer Dawn Suzor – Engineering (CAD) Technician Rick Korneff – Engineering (CAD) Technician Alex, a Collier County resident, has over 6 years of experience working with multiple municipalities in South Florida and has been involved with various water, wastewater, and site development projects. Alex has worked extensively with Collier County Public Utilities’ Engineering and Project Management Division on the construction of multiple new wastewater pump stations and rehabilitations. He has successfully designed and constructed large and small diameter transmission water main components. Alex has led numerous utility construction projects requiring continuous communication with several contractors and various stakeholders. In addition, Alex has experience in the design and evaluation of various treatment processes at multiple Wastewater Reclamation facilities in Collier and Sarasota Counties. Alex has completed site civil engineering including design of civil site plans, prepared project technical specifications, technical memoranda, wastewater pump station design, sanitary sewer design, and pressurized water and sewer force main design, project cost estimates, and State and County permitting documentation. Alex has also served as a CEI for multiple projects including the construction of an ASR well and public utility water and sewer replacement projects. Alex’s Project Management, Public Relations, and Construction Administration Experience includes:  City of Naples ASR #3 Construction Inspection  Collier County PSs 158.00, 147.00, 151.00, 104.05, 312.25 Rehabilitation  Collier County PS 302.09 Relocation  Collier County MPS 104.00 Conceptual Site Planning  Collier County MPSs 104.00, 312.00 and PSs 147.00, 151.00, 104.05 Asset Data Collection  City of Naples - Naples Beach Restoration and Water Quality Improvements  Collier County Wildflower Way Public Utility Improvements  West Goodlette-Frank Road Joint Water, Sewer, Stormwater Improvements  Collier County PS 101.06 and 101.07 Relocation Dawn has nearly 25 years of experience as a Civil Engineering Drafting Designer and Geographic Information Systems (GIS) technician. She is very familiar with the FDOT State Kit for AutoCAD. She has extensive local experience in roadway design, sidewalk design, utility design, utility site layout for underground piping, and creation of construction plans for various departments in SW Florida including the 8th Street Improvement Project; the 3rd Avenue South Improvement project; Kismet SUN Trail Project; and the Gulf Shore Boulevard Stormwater Improvements project. Rick has over 19 years of experience as a Civil Engineering Drafting Designer and Survey Technician. He has extensive experience in roadway design, utility site layout for underground piping, stormwater design and reconstruction, and sidewalks, for various municipalities in Collier and Lee counties. Rick’s recent similar experience includes Imperial Bonita Sidewalk Design; Goodland Drive Rehabilitation Project; the Golden Gate Stormwater Mapping project. Rick is proficient in AutoCAD Land Development Desktop, AutoCAD Civil 3D, Autoturn, and Microsoft Office (Word, Excel, PowerPoint, and Outlook). 16.A.11.d Packet Pg. 184 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 8 Donald Saintenoy, PSM - Survey Manager Tim J. DeVries, PSM - Survey Project Manager Andrew Croak – Survey Crew Manager Donald has a degree in surveying from the University of Florida and is a licensed Professional Surveyor and Mapper in Florida. In addition to his nearly 15 years of survey experience, Donald has been GradyMinor’s Director of Surveying for the past 8 years. His expertise runs across the discipline and includes directing survey field crews on data collection for design surveys, boundary and construction surveys. He manages survey technicians in the reduction of raw data, boundary calculations and production of survey drawings, point identification maps, right-of- way maps and record drawings. Donald performs services for the Public and Private sectors. Public sector projects have been completed for Collier County Public Utilities, Transportation, the Airport Authority, Stormwater, EMS, Parks & Recreation and Coastal Zone Management. Donald will manage all surveying. Donald’s Survey Management experience includes:  Kismet SUN Trail, City of Cape Coral  Nicholas Parkway West Access Management Improvements, City of Cape Coral  Gulf Shore Boulevard Stormwater and Sidewalk improvement Project, City of Naples  8th Street Improvements, City of Naples  City of Bonita Springs Sidewalks - 9,200 LF of concrete sidewalk throughout the City of Bonita Springs  City of Naples 3rd Avenue South Improvements and Modern Roundabout Design  Collier County 28th Ave Bridge over Miller Canal, Collier County  Collier County Barefoot Williams Road Widening and Trail Design, Collier County  Collier County White Blvd and 23rd St Southwest Intersection Improvement Project Tim has a degree in Building Construction Management from Michigan State University and Certificate in Geomatics from the University of Florida. He is a Licensed Surveyor in State of Florida and a Certified Federal Surveyor. Tim has over twelve (12) years of survey experience and has managed a variety of survey projects including Construction Staking, Preparation of Boundary, Topographic, and ALTA Land Title Surveys, Right-of-Way Maps, Mean High Water Surveys, Subdivision Plats, Condominium Documents, As-built Record Drawings, Sketch and Descriptions, and Elevation Certificates. Tim’s skills include proficiency in AutoCAD Civil3d 2018, Microsoft Office products, Visual Basic Script Programs and Custom Google Earth KMZ files.  Imperial Golf and Country Club – Design Survey for Water Main Replacement Project  Daniels Road – Design Survey for Force Main Extension Project  Royal Harbor – Design Survey for Water Quality Improvement Project  Vanderbilt Drive – Design Survey for Roadway Improvements and bridge replacement  Golden Gate City – Design Surveys of SW Quadrant for Drainage Improvements As a Crew Manager, Andrew has over 18 years of extensive experience with a wide variety of surveys from Boundary Surveys, ALTA/ACSM Land Title Surveys, final construction as-built surveys and the various requirements of each of them. Andrew is very familiar with Florida Department of Transportation and Florida’s Minimum Technical Standards for survey drawings. Andrew has a degree in Specialized Technology and is very efficient with field crew scheduling and preparation, office calculations for construction stake-out and anticipating/solving the problems that are often encountered by the field crew. Andrew was the survey manager for the 97th, 107th, and 110th Avenues North Public Utility Renewal projects; the 3rd Avenue South Improvement project; the Orchid Run Water Main Extension project; the Gulf Shore Boulevard Stormwater Improvement; the City of Marco Island Alternative Water and Sewer Improvements project; and Goodland Drive Water Main Replacement project. 16.A.11.d Packet Pg. 185 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 9 Kevin Georgeson – Project Manager Amanda Holmer - Survey Technician William “Ralph” Mowls – Survey Crew Chief Richard Caile – Survey Crew Chief Full resumes for the GradyMinor professionals listed above are provided at the end of this section. Kevin has over 32 years of surveying experience in Southwest Florida and over 13 years as a Survey Technician. He is responsible for the completion of hundreds of surveys from individual lot surveys through hundred-acre boundary and topographic surveys, road cross-section surveys, lake and drainage as-built surveys, ALTA-ACSM Land Title Surveys, Submerged Land Lease surveys and Construction surveys. He is also responsible for the hiring of survey field crew personal and the oversight of boundary calculations and final work product of his team. Kevin has successfully completed continuing education courses in Survey, Mapping, and Reporting Minimum Technical Standards (Chapter 61G17) at Edison Community College in Fort Myers. Additionally, Kevin is a UAV Pilot. Richard has over 15 years of surveying experience, the last 7 of which have been with Grady Minor as a Survey Crew Chief. His experience ranges from single family lot surveys to 100+ acre Boundary Surveys and includes several large-scale residential developments within SW Florida for which Richard oversaw the construction stakeout and as-builts of lakes, utilities, and roadways. Richard’s surveying experience includes the 93rd & 94th Avenues Water Main Replacement project; the Doral Circle Wastewater and Water Replacement Project; and the Golden Gate Stormwater Mapping project. Ralph has over 40 years of Survey Field Experience. As a Survey Crew Chief Ralph has completed countless boundary and topographic surveys for individual lots through thousand-acre sites, lake and utility as-built surveys, FEMA surveys and construction surveys. He is responsible for the accuracy and documentation of the surveys and supervising of crewmembers. Richard’s surveying experience includes the 95th, 96th, 107th, & 110th Avenues Public Utilities Renewal projects; the Barron collier High School Water Main Replacement Project; and the Goodland Drive Water Main Replacement project Amanda has over 15 years of experience as Survey Technician on projects throughout Southwest Florida. Amanda’s responsibilities include scheduling field crews, performing office calculations for construction stakeout, processing field as-builts, and handling all aspects of surveying for projects ranging from utility relocation to large scale residential communities. She has extensive experience in preparing plats and sketch & legal descriptions along with processing survey field data for large scale projects for engineering design including the Naples Park Public Utility Renewal project and the City of Marco Island Alternative Water and Sewer Improvements project, which equates to over 5 miles of water, wastewater, stormwater, and roadway infrastructure improvements. 16.A.11.d Packet Pg. 186 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 1 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 10 RESUMES 16.A.11.d Packet Pg. 187 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Mark W. Minor, P.E. President; Principal-in-Charge Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education Bachelor of Science, Civil Engineering, Florida State University Professional Registrations/ Affiliations Professional Engineer (PE) Bonita Springs Chamber of Commerce Presidents Council As President, Mr. Minor is responsible for the business operations of Q. Grady Minor & Associates, P.A. In addition to running the business, Mr. Minor continues to manage his own projects including engineering design, permitting and construction inspection for public and private land development projects involving surface water management system, roadways, water and sanitary sewage and site design. Mr. Minor has been with the firm since graduating from College 30 years ago and succeeded Q. Grady Minor as President in 2004. RELEVANT PROJECTS Roadways Corkscrew Road – 4 lane expansion US 41 to I-75 28th Ave SW Bridge – Replacement and Intersection Improvement Bonita Beach Road – Spanish Wells Signalization Airports Everglades Air Park Immokalee Regional Airport Marco Island Executive Airport Schools Bonita Charter School Bonita Preparatory and Fitness Academy Royal Palm Academy Elementary School (Q.C.) Collier County Middle School “N” (Q.C.) Residential Fiddler’s Creek – Luxury Single and Multi-family Residential Project Pelican Landing – Luxury High Rise Condominium Towers Commercial Shopping Centers Naples Walk Corkscrew Village Crossroads Center Bonita Grande Industrial Parks Bernwood Business Park Bernwood Park of Commerce Bonita Industrial Park Golf Course Communities Valencia Pelican Sound Pelican Landing 16.A.11.d Packet Pg. 188 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Michael J. Delate, P.E. Project Manager, Sr. Vice President Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Master of Engineering, University of Florida  Bachelor of Science, Environmental Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), Florida #49442  Conservation Collier Land Acquisition Advisory Committee  Habitat Conservation Committee  Environmental Protection Technical Advisory Board  Landfill Siting Committee  Naples Bay Advisory Committee Mr. Delate has provided engineering services to public and private entities for over 30 years. Serving in numerous capacities, he has provided services on projects from master planning to project completion and certification. He has an extensive computer modeling background including modeling of urban runoff, floodplain analysis and master water and sewer planning using the lasts computer software programs. Previous experience includes preparing a Master Water Management Plan for the 100,000 acre State of Florida Rookery Bay National Estuarine Research Reserve watershed. Michael has served as Project Manager on many public and private projects including the preparation of engineering design, plans and specifications with some of the largest projects in Southwest Florida. In addition, extensive experience with school planning and construction for Collier County Public Schools and a private school. Experience also includes bidding and contract administration services. Responsible for major private, commercial and residential development projects within Southwest Florida. Relevant Projects Public Sector  Naples Park Level of Service Hydraulic Modeling and Nutrient Loading  Rookery Bay Watershed Modeling  Lee County 10-year Consumptive Use  Corkscrew Road Widening  Coconut Road Improvements  School Sightings  Transportation Maintenance Facility  Barron Collier High School  Gulf Coast High School Private Sector  Kraft Headquarters  Publix Commercial Sites  Fiddler’s Creek  Quail West  Port of the Islands  Pelican Sound  North Naples Medical Park  Naples Community Hospital  Hammock Bay  Pelican Landing  Artesia  Renaissance Village 16.A.11.d Packet Pg. 189 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY R. Daniel Flynn, P.E. Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Central Florida Professional Registrations/ Affiliations  Professional Engineer (P.E.), Florida  FDOT Advanced MOT Certified  FDOT Intermediate MOT Certified  Chairman, APWA Southwest Florida Branch Mr. Flynn offers over 15 years of experience working with multiple cities, multiple counties and the Florida Department of Transportation (FDOT) to produce roadway construction plans. Mr. Flynn has acquired the knowledge base for producing construction plans for multiple municipalities. He is also competent to prepare design calculations and design reports. These include pavement design analysis, spread calculations, ditch conveyance calculations, horizontal and vertical geometry designs, superelevation layout, guardrail calculations and intersection design. RELEVANT PROJECTS Municipal Projects  8th Street Improvement Project, City of Naples  Florida Shared-Use Nonmotorized (SUN) Trail Van Buren Pkwy/El Dorado Blvd/Kismet Pkwy, City of Cape Coral  Nicholas Parkway West Access Management Improvements, City of Cape Coral  Gulf Shore Boulevard Stormwater and Sidewalk Improvements, City of Naples  BLVD/KISMET PKWY , 3rd Avenue South Improvement Project, City of Naples CRA  3rd Avenue South Improvements, City of Naples  City of Bonita Springs Sidewalks, City of Bonita Springs.  ADA Beach Access Study, City of Naples  White Boulevard and 23rd Street Intersection Improvement, Collier County  Golden Gate Estates Hammerheads – Group 9, Collier County  SR 100, from Bulldog Drive to Roberts Road, Flagler County (The addition of a pedestrian pathway on the north side of SR 100)  28th Ave Bridge over Miller Canal, Collier County  Osceola Parkway from Buenaventura Boulevard to Boggy Creek Road, Osceola County (Widening) FDOT Projects  SR 228 from East of SR 200 to Bicentennial Drive, FDOT District 2 (Concrete rehabilitation and keyhole widening)  Starke Bypass segment 2, FDOT District 2 (New alignment roadway)  SR 16 from Toms Road to Kenton Morrison Road, FDOT District 2 (The addition of sidewalk on the north and south side of roadway)  SR 16 from Green Acres Road to SR 5, FDOT District 2 (Widening for keyhole slots and pavement rehabilitation) Private Projects  Pelican Landing Pavement Restoration (Pavement restoration for 13 miles of roadway within the community of Pelican Landing)  Barefoot Williams Road Widening (The design for roadway widening and the addition of a shared use path)  Carlton Lakes Uncontrolled Approach Crosswalk Study 16.A.11.d Packet Pg. 190 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Frank J. Feeney, P.E., LEED-AP BD+C Senior Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Ocean Engineering, U.S. Naval Academy Professional Registrations/ Affiliations  Professional Engineer (PE), Florida #64698  LEED Accredited Professional, (LEED-AP, BD+C)  Florida Water Environment Association  US Green Building Council Mr. Feeney is a Senior Project Manager with over 15 years’ engineering experience in the area and 21 years total experience. He is involved with the design of stormwater, sewer, fire and water distribution systems, roadway design, site design, and grading, as well as permit and construction coordination with SFWMD, SWFWMD, FDEP, Collier County, Lee County, Sarasota County, Monroe County, Cities of Marco Island, Naples, Key West, North Port, and Bonita Springs. Mr. Feeney was previously Project Manager/Associate for Hole Montes, Inc. and was responsible for project management of multiple Collier County Utility projects that included overseeing the design, bidding, cost estimating, construction engineering inspection, and final project close-out. Additionally, Mr. Feeney acted as project manager/designer for numerous private development projects ranging from 20 acre commercial shopping centers to multi-section rock mines. Prior to working for GradyMinor, Mr. Feeney was in the United States Navy and served at the Joint Interagency Task Force in Key West conducting counterdrug operations, and served aboard the USS Falcon (MHC-59 and USS Gallery (FFG-26). RELEVANT PROJECTS  City of Key West Sidewalk Enhancement Projects – Mr. Feeney provided the engineering design support for 7 Phases of the design build sidewalk improvement projects and provided the design support for the Poinciana Elementary School Sidewalk improvement project. All design build projects were LAP and ARRA funded.  The Conservancy of Southwest Florida – The Conservancy improved their campus by removing three older buildings and replacing them with three new structures that allowed them to consolidate their operations, modernize their facilities, and provide for future planned growth. This campus revitalization also allowed the Conservancy to improve campus wide ADA accessibility, stormwater management, onsite parking, and publicly accessible amenities to include two new filter marshes which are used as living teaching aids for campus visitors.  Port of The Island Water Treatment Plant – provided engineering services including construction engineering inspection, construction project management, project start up, final project close-out, and site development plan design and permitting. Other Signature Projects:  Collier County NCWRF Filter Set #2 Rehabilitation (Design Services)  Collier County NCWRF RAS/WAS Pump Station #3 (Design and CEI Services)  Collier County NCWRF Clarifier #6 and #7 Rehabilitation (CEI Services)  Collier County NCWRF Automatic Effluent Strainer Replacement (Design and CEI Services)  93rd/94th Avenue North Water Main Replacement Project (Construction Administration Services)  Bay Colony Fire Main Conversion Project (Design)  Collier County NCWRF MLE Aeration Basin Channel Mixer Replacement Project (CEI Services)  Collier County NCWRF Sludge Conveyor Modifications (CEI Services) 16.A.11.d Packet Pg. 191 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Rick Featherstone Construction Manager, Chief Inspector Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education HS Graduate, 2 years college. Registration/Certification Certified General Contractor. CGCO40351 2014 FL DEP Stormwater Erosion Inspector Certification HAZWOPER Certified HAZWOPER Supervisor Mr. Featherstone is a Manager with more than 34 years of experience in civil construction, road building, underground utility and storm drainages systems. Rick has a clear understanding of construction practices and requirements from state and local agencies that have jurisdiction over the work. Rick’s skills include the ability to interpret, understand and apply the requirements shown in construction documents (drawings, technical specifications, applicable standards, etc.) and be able to identify, both verbally and in writing, any deviations to the project team. Mr. Featherstone supervises our team of inspectors who develop and distribute detailed daily construction progress reports; and has been working as a direct liaison with Clients, Contractors, and Residents. Mr. Featherstone’s abilities include: Monitoring & record summary data of the Contractor's work efforts Report deviations from the approved design and or regulatory requirements Report quantity and time for completing payable tasks on the Construction Project Review and recommendation of contractor's monthly draws Monitor safety of construction efforts. Monitor & report quality of work being performed by the Contractor. Responsible for performing highly complex technical assignments, construction layout, making progress payments, checking engineering computations, inspecting construction work. RELEVANT PROJECTS Master Pump Station 302 110th & 107th Ave N Public Utilities Renewal Projects Mystique 22 Story Hi Rise Condominium Circle K Gas Stations & Stores in Zolfo Springs and Cape Coral Oyster Harbor at Fiddlers Creek U.S. 41 Watermain Replacement Phase 1 Marquesa Isles of Naples Cocohatchee River Park Dock Replacement Lovers Key State Park Addition Gulf Shore Drive North Water Main Abandonment & Vanderbilt Drive Water Main Replacement North Collier Waste Water Treatment Plant Force Main Vanderbilt Drive Watermain Toledo Creek Commercial Development Bayshore Food Truck Park Aqua 10 Story High-Rise Condominium University Village At FGCU 16.A.11.d Packet Pg. 192 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Justin Frederiksen, P.E. Senior Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Bachelor of Science, Civil Engineering, University of Florida Professional Registrations/ Affiliations  Professional Engineer (PE), State of Florida, License # 66068 Mr. Frederiksen is a Senior Project Manager with nearly 20 years of engineering and utility management experience in the State of Florida. His engineering experience includes design analysis, permit and construction management; technical report writing, plans development, and utility management within Southwest Florida. He has worked with Collier County, Lee County, Charlotte County, DeSoto County, City of Naples, City of Cape Coral, City of Bonita Springs, City of Fort Myers, City of Punta Gorda, City of Sanibel, FDEP, SFWMD, Florida Department of Corrections, Gateway Services Community Development District, and Marion County on various projects. Mr. Frederiksen has served as Project Manager on a wide variety of Municipal Projects which required services including the preparation of master planning documents, preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. In his previous capacity as the Deputy Director for the City of Naples, Mr. Frederiksen performed rate studies, annual reports of Utility Operations, grant/loan program administration, and assisted in developing and administering the City of Naples Utility Standards, Utility Department annual budgets, and standard utility policies. RELEVANT PROJECTS  Collier County Upgrades to 9 PSs and 2 new PSs  Collier County Addition of Emergency Power Generators to 14 Lift Stations  Collier County Barron Collier High School water system improvements  Collier County Naples Park Public Utility Renewal over 4 miles of water, wastewater, stormwater, and roadway improvements  Collier County Goodland Drive Water Main Replacement  West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater- Sewer-Water Improvements (3.5 miles of water, wastewater, stormwater, and roadway)  City of Naples Orchid Run Water Main Extension  City of Naples Reclaimed Water System Expansion  City of Naples Aquifer Storage and Recovery Well System  City of Naples Golden Gate Canal Supplemental Water Supply  City of Naples Raw Water Main Replacement/Replacement  City of Naples Royal Harbor Fire Flow Improvements  City of Naples WTP Vacuum Press Replacement  City of Naples Wastewater Pump Station Improvements, 5 rehabs and 3 new PSs  City of Cape Coral upgrades to 18 pump stations  City of Cape Coral Nicholas Parkway West Waterline Replacement (7,000 feet)  City of Cape Coral Galvanized Waterline Replacement (7 miles)  City of Fort Myers Wastewater Force Main Transfer  City of Punta Gorda Modification and Refurbishment of Reclaimed Water Holding Ponds  DeSoto County Water and Wastewater System Improvements, Grant Funded  DeSoto County Improvements to WWTP Influent Screen Piping  Florida Department of Corrections, Marion Correctional Institution WWTP expansion and level of treatment improvements to produce public access reuse quality  Florida Department of Corrections, Lowell Reception Center of over 2 miles of potable water main and a new 1.75 MGD water treatment plant 16.A.11.d Packet Pg. 193 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Sally Goldman, PE Project Engineer Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects Education Bachelor of Science, Civil and Environmental Engineering, Florida Gulf Coast University Bachelor of Science, Agricultural Operations Management, University of Florida Professional Registrations/ Affiliations Professional Engineer (PE), Florida Florida Engineering Society 2015-2016 Calusa Chapter Young Engineer of the Year A Southwest Florida native, Ms. Goldman is a Project Engineer with seven years of engineering and development experience in the State of Florida. Her engineering experience includes design analysis, permit and construction management; technical report writing, plans development, geotechnical design, environmental studies, and utility management within Southwest Florida. She has worked with Collier County, Lee County, Charlotte County, City of Naples, Bonita Springs Utilities, various private sector clients, and the FDEP on various projects. Ms. Goldman has served as Project Manager on various Private and Municipal Projects which required services including the preparation of engineering designs, plans and specifications, project permitting, bidding assistance and selection of contractors, administration and observation of construction contracts, project start-up, and general construction coordination. RELEVANT PROJECTS City of Naples Wastewater Pump Station 7 Relocation (Design, Permitting, Project Management) City of Naples Orchid Run Water Main Extension (Design, Permitting, Project Management) Bonita Springs Utilities El Dorado Acres Water Main Extension (Design, Construction, and Project Management) Bonita Springs Utilities Estero Lockup Gravity Sewer Extension (Design, Permitting, Project Management) Collier County Utilities Vanderbilt Road Water Main Replacement (Inspections and Project Management) Collier County Utilities Master Pump Station 302 Diesel Bypass (Design and Project Management) Collier County Goodland Drive Water Main Replacement Project (Design, ACOE and FDEP Permitting, Project Management) Collier County Pump Station 101.20 Refurbishment (Design, Community Coordination, Project Management) Collier County Pelican March Elementary School Water Main Extension (Design, Construction, and Project Management) Collier County Utilities Barron Collier High School Water System Improvements (Design, Permitting, Project Management) Collier County Irrigation Reuse Meter Relocation Project Collier County Public Utility Renewal for Stormwater, Potable Water, Gravity Sewer and Force Main in Naples Park (Design, Permitting, Construction Management) Collier County Utilities Cassena Road Water Main Improvements (Design, Community Coordination, Permitting, Project Management) Collier County Utilities I75/Alligator Alley Water Main Improvements (Design, Permitting, Community Engagement, Project Management) Collier County Utilities US 41 Water Main Replacement (Feasibility Study, Design, Permitting, Project Management) Collier County Davis Boulevard and County Barn Road Water Main Replacement (Utility Coordination, Project Management) Bayshore CRA Karen Drive Stormwater Improvements (Design, Permitting, Project Management) Florida Department of Environmental Protection Rookery Bay National Estuarine Research Reserve Industrial Wastewater Permitting and Exemption Arby’s Port Charlotte (Design and Permitting) Summerlin Crossings Dry-cleaning Solvent Cleanup Program (Design, Testing, Site Management, FDEP Coordination) Several private geotechnical investigations and deep foundation monitoring in Lee, Charlotte, and Collier County. 16.A.11.d Packet Pg. 194 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Alexander Dunko, P.E. Project Engineer ●●● Education Bachelor of Science, Civil Engineering, Florida Atlantic University Professional Registrations/ Affiliations Professional Engineer (PE) State of Florida #88695 Mr. Dunko has over 4 years of experience working with multiple municipalities in South Florida and has been involved with various water, wastewater, and site development projects. Mr. Dunko has completed project cost estimates, site civil engineering including design of civil site plans, prepared project technical specifications, technical memoranda, wastewater pump station design, sanitary sewer design, and pressurized water and sewer force main design, and State and County permitting documentation. Mr. Dunko has also served as a Civil Engineering Site Inspector (CEI) for multiple projects including the construction of an Aquifer Storage and Recover (ASR) well and public utility water and sewer replacement projects. RELEVANT PROJECTS Municipal Projects City of Naples ASR #3 Construction Inspection. Collier County Public Utilities Pump Stations 158.00, 147.00, 151.00, 104.05, 312.25 Rehabilitation and Services During Construction. Collier County Public Utilities Pump Station 302.09 Relocation Collier County Public Utilities Master Pump Station 104.00, 313.00 Conceptual Site Planning. Collier County Public Utilities Master Pump Stations 104.00, 312.00 and Pump Stations 147.00, 151.00, 104.05 Asset Data Collection. Collier County Public Utilities Master Pump Station 321.00 Bypass Connection. Collier County Public Utilities Heritage Bay Master Pump Station Design. Collier County Public Utilities Maintenance & Reliability Backflow Preventer Assembly Design. Collier County Public Utilities Evaluation of Potable Water Service to the Northeast Service Area. Collier County Public Utilities MPS 302.00 Conceptual Site Expansion and Easement Coordination. Collier County Public Utilities Pelican Bay WRF Feasibility Study. Collier County Public Utilities SCWRF Reclaim Water Tank Storage Evaluation. Collier County Public Utilities NCWRF North Train Condition Assessment. City of Naples Cove Stormwater Pump Station Outfall Improvements and Water Quality Project. City of Naples Naples Beach Restoration and Water Quality Improvements Collier County Public Utilities CEI Services for Immokalee Road/CR 951 24- inch & 16-inch Force mains. Collier County Public Utilities Immokalee Road Chloramine Booster Station CEI. Collier County Public Utilities Warren Street Public Utility Improvements. Collier County Public Utilities Wildflower Way Public Utility Improvements. Collier County & City of Naples West Goodlette-Frank Road/Rosemary Heights & Gulf Acres Area Joint Stormwater-Sewer Improvements. Collier County Public Utilities Pump Station 101.07 Relocation Collier County Public Utilities Pump Station 101.06 Relocation 16.A.11.d Packet Pg. 195 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Dawn Suzor Senior Engineering Technician Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education Associates Degree, Civil Engineering Technology with a major in CAD Architectural Construction, Owens Technical College Professional Registrations/ Affiliations National Honor Society for Engineering Technologies Ms. Suzor has over 26 years of experience as a Civil Engineering Drafting Designer and Geographic Information Systems (GIS) technician. She has provided design drafting in Environmental Engineering Department including utility site layout for underground piping, electrical conduits, above ground mechanical pump connections, road design, placement of utility buildings and creation of construction plans for various departments in Lee, Collier, and Sarasota Counties; including Collier County North and South County Water Reclamation Department (NCWRF and SCWRF), Collier County Waste Water Department, Collier County IQ Water Department, Port of the Islands Community Improvement District Water and Sewer Treatment plants, and Gasparilla Island Water Association water and sewer plants. Dawn is experienced with the following software: AutoCAD Land Development Desktop, AutoCAD Civil 3D, ESRI, GIS, Autoturn, and Microsoft Office Suite (Word, Excel, PowerPoint, and Outlook). RELEVANT PROJECTS Public Facilities, Roadway and Utilities Collier County Wastewater Basins Project Isle of Capri Force Main Marco Island Water and Sewer Improvement Project Cape Coral Pump Station Rehabilitation Project Naples Park Infrastructure Improvements Project 3rd Avenue South Road Improvements – Naples, FL West Goodlette-Frank Joint Stormwater-Sewer Improvement Project Port of the Islands RO Water Treatment Plant I-75 Canal IQWM R/W Permit Vanderbilt Drive Subaqueous Force Main NCWRF – miscellaneous improvement projects Commerical Naples Bay Marina & Resort Bank of Florida Tamiami Crossing Commercial Development Pelican’s Nest golf Course Reclaimed Water Main Toledo Landing – North Port Commercial Development Lutgart Office Building Arby’s – Port Charlotte Subdivision and Residential Projects Summer Lakes I & II Quail West Subdivision plans – Lee and Collier Counties Amberton Subdivision Palazzo Village Naples Motorcoach Resort 16.A.11.d Packet Pg. 196 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Rick Korneff Senior CAD Designer Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education Associate in Arts Degree, Edison State College Mr. Korneff has over 19 years of experience in CAD and GIS mapping of county, state and local roadways, subdivisions, site planning, infrastructure, residential and commercial properties, county storm-water utilities, mapping of utilities on large scale projects and engineering and planning department support. Mr. Korneff is experienced with the following software: Autodesk AutoCAD, Civil 3D, Map 3D, Pix4d, 360 and Raster as well as knowledge of ARC GIS software, UAV (drone) image mapping/processing and Microsoft Office production software (Outlook, Excel, Word, and PowerPoint). RELEVANT PROJECTS C-34 Reservoir Project – Lee County, FL 3D mapping of river, canals, bridges and ditches at the proposed filter marsh site, providing topographic surveys with cross-sections of waterways. Gateway Roadways – Lee County, FL ALTA surveying of roadways to be transferred to the county, mapping of existing conditions, ownerships and easements. Vanderbilt Beach Road – Naples, FL Mapping of right-of-way, existing above and below ground conditions and adjacent property information, preparing sketch and legal descriptions. Collier Boulevard Widening – Naples, FL Right-of-way mapping, DTM modeling, control network, map of ownership, mapping of underground utilities, utility inventory, coordination with Client and other contractors. Vanderbilt MSTU Phases I, II, III, Collier County Alternative Transportation Modes – Naples, FL Right-of-way mapping, DTM modeling, control work, map of ownership, map of underground utilities, utility inventory, coordination with Client and other contractors. Forest Lakes MSTU, Collier County Alternative Transportation Modes – Naples, FL Overall ownership and easement mapping, storm drainage study, existing conditions mapping, sketch and legal descriptions. Coastland Center Mall – Naples, FL Existing conditions, infrastructure, property ownership, topographic mapping, working with aerial mapper. 16.A.11.d Packet Pg. 197 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Donald L. Saintenoy III, PSM Survey Project Manager Education  Bachelor of Science, Geomatics College of Engineering at the University of Florida Gainesville, FL. P.S.M. #6761 Professional Registrations/ Affiliations  Member of the Lee/Collier FSMS Chapter  Professional Surveyor and Mapper, Florida Mr. Saintenoy has a degree in surveying from the University of Florida and is a licensed Professional Surveyor and Mapper in Florida. In addition, he has over fifteen (15) years of survey experience with the past nine (9) years as Director of Surveying at GradyMinor. His expertise runs across the discipline and includes directing survey field crews on data collection for design surveys, boundary surveys, and construction surveys. He manages survey technicians in the reduction of raw data, boundary calculations and production of survey drawings, point identification maps, right-of- way maps and record drawings. Donald performs services for the Public and Private sectors. Public sector projects have been completed for Collier County Public Utilities, Transportation, the Airport Authority, Stormwater, EMS, Parks & Recreation and Coastal Zone Management. Recent work performed for our Public Sector Clients have included the creation of sketches and legal descriptions, boundary surveys, existing condition surveys, and construction as-builts surveys. RELEVANT PROJECTS Public Sector  93rd, 94th, & 95th Avenue – Existing conditions survey for 3 miles of water main replacement.  US 41 Watermain Replacement - Existing conditions survey for 1.5 miles of water main replacement.  West Goodlette Frank Joint Stormwater-Sewer - Existing conditions survey for 3.5 miles of storm, sewer, water, & pavement replacement.  Barron Collier High School – Existing conditions survey and legal sketch and description creation for water system improvements.  Pelican March Elementary School - Existing conditions survey, SFWMD canal cross sections, and legal sketch and description creation for water system improvements.  23rd Street/Golden Gate Canal - Bridge Design Survey  White Boulevard, 23rd Street and 28th Avenue – Legal Descriptions and sketches for right-of-way and easements.  Golden Gate Estates – Drainage Structure Mapping  Bayshore/Davis Blvd. – Design survey for stormwater improvements  Naples Park – Water main upgrade design survey  Immokalee Regional Airport – Boundary survey  Naples Zoo – Goodlette Road improvements design survey Private Sector  Fiddler’s Creek – Plats, design surveys, boundary surveys, construction stake- out, record surveys  Pelican Bay – High-rise parcel surveys, construction stake-out, condominium exhibits Q. Grady Minor & Associates, P.A. Civil Engineers  Surveyors  Land Planners  Landscape Architects 16.A.11.d Packet Pg. 198 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Timothy J. DeVries, PSM Survey Project Manager Q. Grady Minor & Associates, P.A. Civil Engineers ● Surveyors ● Land Planners ● Landscape Architects Education  Certificate in Geomatics, University of Florida  Bachelor of Science, Building Construction Management, Michigan State University  Certificate of Completion, Engineering Drafting Program, Kent Career/Technical Center, Grand Rapids, MI  LS6758  CFedS #1648 Professional Registrations/ Affiliations  National Society of Professional Surveyors Sponsored Certified Survey Technician (CST) – Levels I, II and III-Chief Computer Operator Mr. DeVries has a degree in Building Construction Management from Michigan State University and a Certificate in Geomatics from the University of Florida. He is a Licensed Surveyor in State of Florida and a Certified Federal Surveyor. Tim has over eighteen (18) years of survey experience and has managed a variety of survey projects including Construction Staking, Preparation of Boundary, Topographic, and ALTA Land Title Surveys, Right-of-Way Maps, Mean High Water Surveys, Subdivision Plats, Condominium Documents, As-built Record Drawings, Sketch and Descriptions, and Elevation Certificates. Tim’s skills include proficiency in AutoCAD Civil3d 2018, Microsoft Office products, Visual Basic Script Programs and Custom Google Earth KMZ files. RELEVANT PROJECTS Public Sector  Imperial Golf and Country Club – Design Survey for Water Main Replacement Project  Daniels Road – Design Survey for Force Main Extension Project  Royal Harbor – Design Survey for Water Quality Improvement Project  Vanderbilt Drive – Design Survey for Roadway Improvements and bridge replacement  Golden Gate City – Design Surveys of SW Quadrant for Drainage Improvements Private Sector  JW Marco Marriott – ALTA survey, Construction Staking, As-built Surveys, easement sketches  Marriott Vacation Club International – Crystal Shores – Construction Staking, As-built surveys, Condominium Document Exhibits  Vincent Acres – Boundary Survey and Plat  South Seas Island Resort – Multiple boundary surveys, ALTA surveys, construction staking, as-builts  Sanibel Harbor Resort – ALTA survey, submerged land lease, easement sketches  Legacy Lakes - Plat, design surveys, boundary surveys, construction stake-out, record surveys  Treviso Bay – ALTA survey 16.A.11.d Packet Pg. 199 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Andrew R. Croak Survey Project Manager  Education Pittsburgh Technical Institute, Pittsburgh, Pa Associate Degree in Specialized Technology, July 2000 As a Project Manager, Mr. Croak has 15 years’ experience, (13 years with GradyMinor) working with the different types of surveys from Boundary Surveys, ALTA/ACSM Land Title Surveys, final construction asbuilt surveys and the various requirements of each of them. Andrew is also very familiar with Florida’s Minimum Technical Standards for survey drawings. Andrew is also quite efficient with field crew scheduling and preparation, office calculations for construction stake-out and anticipating/solving the problems that are often encountered by the field crew. RELEVANT PROJECTS Airport Projects Marco Island Executive Airport for DeAngelis Diamond Project Manager for construction layout and record survey of the parallel taxiway and apron expansion. Residential Projects Raffia Preserve, Artesia Subdivision, Runaway Bay for Lennar Homes, Collier County Hacienda Lakes, Oyster Harbor, Fiddlers Creek for Taylor Morrison, Collier County Azure at Hacienda Lakes, Bonita Lakes, Palazzo, Cordova, For Toll Brothers, Lee & Collier Counties Management of construction layout survey for multiple lot single family residential development including all layout calculations and preparation of asbuilt drawings for roads, drainage and sanitary utilities, lakes, perimeter berms and other improvements. Commercial Projects Center of Bonita Shopping Center, Skywalk Shopping Center – Publix, Lee County Treeline FedEx Terminal, Lee County Management of construction and asbuilt survey for multiple acre shopping centers including all layout calculations and field crew management for the layout of numerous buildings, utilities, parking and retention facilities. Responsibilities also included preparation of asbuilt surveys for submittal to Lee County Utilities, Bonita Springs Utilities, and South Florida Water Management District. Government Projects City of Fort Myers Downtown Utility and Streetscape Improvements, Phase K1B for Kraft Construction, Lee County Management of construction layout calculations and field fit operations. Thi s project necessitated the need for constant oversight to field fit the proposed improvements to existing conditions. There was regular contact between the engineer, the contractor, and Mr. Croak to solve the numerous problems that arose during the construction process. Andrew also prepared the final asbuilt drawings depicting the locations and elevations of the newly installed utilities, roadway and various other hardscape features of the fifteen-block long project. 16.A.11.d Packet Pg. 200 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Kevin J. Georgeson Survey Project Manager  EDUCATION Courses in continuing education for Minimum Technical Standards Chapter 61G17, Edison Community College, Fort Myers, Florida U.S. Remote Pilot Small Unmanned Aircraft system (Drone) Certificate Number 4298827 Mr. Georgeson has over 32 years of surveying experience in Southwest Florida and over 18 years as a Survey Project Manager responsible for the completion of hundreds of surveys - from individual lot surveys through hundred-acre boundary and topographic surveys, road cross-section surveys, lake and drainage as-built surveys, ALTA-ACSM Land Title Surveys, Submerged Land Lease surveys and Construction surveys. RELEVANT PROJECTS Residential Projects Fiddler’s Creek – Providing surveying services for several residential development sites within Fiddler’s Creek totaling over 1,100 acres including preparation of boundary surveys and platting large parcels of land, calculations for all phases of construction, as-built of existing roads , road side swales, berms, future home pad sites and bathymetric surveys. Gulf Bay Construction – Survey manager providing layout calculations and coordination of field crews for various construction layout projects including an airport hanger at the Naples Municipal Airport which required the preparation of lease area boundaries and final As-Built Surveys as well. Commercial Projects Home Depot Center (Bonita Beach Road) - Duties included preparation of the Boundary and Topographic Survey of approximately 37 acres including road cross-sections and tree locations, coordination and management of field crews and office technicians for the preparation of a plat as well as construction layout of all phases of construction and preparation of the final as-built survey per ALTA-ACSM requirements. Government Projects Collier County Airport Authority – A Boundary and Topographic Survey of the 70-acre Marco Island Executive Airport was prepared showing all improvements including runways, hangers, utilities and Jurisdictional Vegetation lines for the design of the taxiway expansion. 93rd & 94th Avenue – Draft recorded plats, establish ROW, and draft improvements for existing condition survey for 2 miles of water main replacement. Naples Park – Draft recorded plats, establish ROW, and draft improvements for water main upgrade design survey 16.A.11.d Packet Pg. 201 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Amanda Holmer Survey Technician ●●● Ms. Holmer has over 15 years of experience as a Survey Technician on projects throughout Southwest Florida. Her responsibilities include scheduling field crews, performing office calculations for construction stakeout, processing field as-builts, and handling all aspects of surveying for projects ranging from utility relocation to large scale residential communities. She has extensive experience in preparing plats and sketch & legal descriptions along with processing survey field data for large projects for engineering design including the Naples Park Utility Renewal project and the City of Marco Island Alternative Water and Sewer Improvements project, which equates to over 5 miles of water, wastewater, stormwater, and roadway infrastructure improvements. RELEVANT PROJECTS 107th and 110th Avenues North, Naples Park – Collier County, Florida Marco Island Alternative Water and Sewer Improvements – Collier County, Florida City of Naples Wastewater Pump Station 7 Relocation (Design, Permitting, Project Management) City of Naples Orchid Run Water Main Extension (Design, Permitting, Project Management) Bonita Springs Utilities El Dorado Acres Water Main Extension (Design, Construction, and Project Management) Bonita Springs Utilities Estero Lockup Gravity Sewer Extension (Design, Permitting, Project Management) Collier County Utilities Vanderbilt Road Water Main Replacement (Inspections and Project Management) Collier County Utilities Master Pump Station 302 Diesel Bypass (Design and Project Management) Collier County Goodland Drive Water Main Replacement Project (Design, ACOE and FDEP Permitting, Project Management) Collier County Pump Station 101.20 Refurbishment (Design, Community Coordination, Project Management) Collier County Pelican March Elementary School Water Main Extension (Design, Construction, and Project Management) Collier County Utilities Barron Collier High School Water System Improvements (Design, Permitting, Project Management) 16.A.11.d Packet Pg. 202 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY William “Ralph” Mowls Survey Crew Chief  Education Edison Community College, Fort Myers, FL, 55 Hours of General Education Courses North Fort Myers High School, North Fort Myers, FL, High School Diploma Mr. Mowls has over 40 years of Survey Field Experience. As a Survey Crew Chief Mr. Mowls has completed numerous boundary and topographic surveys for individual lots through thousand-acre sites, lake and utility asbuilt surveys, FEMA surveys and construction surveys. He is responsible for the accuracy and documentation of the surveys and supervising of crew members. RELEVANT PROJECTS Residential Projects Tuscany Reserve for WCI Communities, Collier County Survey Crew Chief responsible for boundary, topographic surveys, construction layout of roads, utilities, and lakes; asbuilt surveys of same for turnover to Collier County. The Fountains for Southstar Development, Lee County Survey Crew Chief for boundary and topographic survey of 2800 acre planned residential development. Belle Lago and The Reserve at Estero for Toll Brothers, Lee County Survey Crew Chief for boundary and topographic surveys and construction layout of roads, utilities and lakes for both single-family residential communities. Commercial Projects Orion Center for D’Jamoos Group, Lee County Survey Crew Chief for multi unit/building professional center. Responsible for layout of buildings, parking, utilities and retention areas, coordination with site contractors, record keeping and asbuilt survey of completed development. Government Projects Winkler Avenue Watermain Upgrade for Lee County Utilities Survey Crew Chief for right of way corridor survey for locations and topographic data along 2-mile segment of Winkler Avenue from McGregor Boulevard to Cypress Lake Drive. Veterans Memorial Boulevard for WCI Communities, Collier County Survey Crew Chief for construction layout of Veterans Memorial Boulevard including stakeout for clearing, utility layout, paving and curbing layout; asbuilt survey of all improvements for turnover to Collier County. 16.A.11.d Packet Pg. 203 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Richard Caile Survey Crew Chief  Education High School Diploma, Riverdale High School Richard has over 18 years of surveying experience. Richard has served as a Survey Crew Chief on a variety of projects ranging from individual residential lot surveys to large-scale right-of-way surveys for engineering design purposes. He is responsible for the accuracy and organization of field survey data along with the supervising of crew members. RELEVANT PROJECTS Private Projects Oyster Harbor at Fiddler’s Creek Phases 1-3, Collier County Crew chief responsible for the surveying layout and as-builts of utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. Bonita Lakes Phases 1-3, Lee County Crew chief responsible for the surveying layout and as-builts o f utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. Raffia Preserve Phases 1-4, Collier County Crew chief responsible for the surveying layout and as-builts of utilities, storm, sanitary, roadway, and lakes for three (3) residential communities. County Projects Isles of Capri Water Main Replacement, Collier County Crew chief responsible for recovering platted control and establishing the right-of-way throughout Isles of Capri along with establishing vertical control for use in an engineering design survey. Obtained topography and improvements including utilities along with storm and sanitary inverts within the right-of-way of said roadways. Marco Island Force Main Replacement., Collier County Crew chief responsible for recovering control and establishing the right-of-way of Collier Blvd. and Elkcam Cir. from Main Sail Dr. to the Waste Water Treatment Plant along with establishing vertical control for use in an engineering design survey. Obtained topography and improvements including utilities within the right-of - way of said roadways. 16.A.11.d Packet Pg. 204 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Serving Southwest Florida Since 1981 TAB 2 PAST PERFORMANCE 16.A.11.d Packet Pg. 205 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 TAB 2 PAST PERFORMANCE The majority of GradyMinor’s work comes from repeat business. We have become the “go to” firm for many municipal clients in Southwest Florida and we are known for having a “can do” attitude to accomplish the project goals. We are not a top-heavy firm and strive to team with similar firms to ensure the fees paid for professional services not only stay in Southwest Florida but go to the professionals performing the work on the project, not to corporate headquarters out of state or out of the country. We are a local firm, which possess the expertise to fulfill the stated objectives in the RPS and to ultimately provide the residents, businesses, and visitors of Collier County with infrastructure improvements that will serve them positively for many decades to come. Additionally, all of the work by GradyMinor for the Naples Manor Stormwater Improvements Preliminary Engineering Study project will be performed from our local corporate headquarters office which is a short proximity to the project site. All projects have challenges, where we believe GradyMinor stands apart from the crowd is how we handle these challenges. We are a nimble firm, with a large number of experienced local engineers that are well known for rolling their sleeves up and solving challenges quickly and adapting to challenges without affecting project schedules or budgets. On all projects we work tirelessly to ensure budgets are maintained and challenges are solved quickly and efficiently. GradyMinor believes that the success of any project relies on our ability to communicate directly and effectively with all other parties involved in the process including County Staff, Contractors and the General Public. This communication serves to establish appropriate expectations of all involved and serves to foster a team environment that can be put to use to overcome challenges that may arise during a project. We pledge to communicate regularly with the County; return phone calls and e-mails; be on time to meetings; work diligently; provide accurate, detailed, and economically feasible and constructible plans and specifications. Additionally, we have good relationships with local Contractors and Suppliers, and we believe in tapping the experience of these local professionals to ensure our designs are economical and constructible. GradyMinor has successfully completed master stormwater studies similar to the Naples Manor Stormwater Improvements Preliminary Engineering Study. As a local business in southwest Florida our engineers and staff recognize the importance of efficient stormwater design which allows municipalities to implement pedestrian and bicycle improvements. Walkable neighborhoods are important for neighborhoods like Naples Manor as they provide a safe area for pedestrians and cyclist to traverse. Implementing the latest technologies in regards to stormwater design will pave the way for the County to implement the tiered pedestrian and bicycle improvements detailed in the compliant pathways and sidewalks extending throughout our communities as they provide critical links for residents, schools, and visitors to safely traverse. Our engineers have attended the latest seminars and discussions concerning the design of pedestrian facilities and the latest traffic calming methods and use the knowledge they’ve obtained daily to increase the safety for all users. NOTABLE EXPERIENCE GradyMinor has a proven track record of working effectively to complete scope similar to the scope of the Naples Manor Stormwater Improvements Preliminary Engineering Study. A few of our past projects include:  Imperial River Watershed Drainage Study  Leitner Creek Manor Sidewalk Design  Shangri La Sidewalk Design  Paradise Road Sidewalk Design  Gulf Shore Boulevard Sidewalk and Stormwater Improvements 16.A.11.d Packet Pg. 206 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 2 Our proximity to Naples Manor coupled with record information of previous designs and survey information of Naples Manor will separate GradyMinor as the consultant that is the best choice for the Naples Manor Stormwater Improvements Preliminary Engineering Study. Our experience on similar projects will translate to efficiencies that will result in a less expensive and quicker project. The following pages contain highlighted and representative projects.  Naples Manor Water Main Project  Naples Park Public Utility Renewal  West Goodlette-Frank Road Joint Water, Wastewater, and Stormwater Improvements  City of Bonita Springs Sidewalk Projects, City of Bonita Springs Public Works  Barefoot Williams Road Widening  Gulf Shore Boulevard North Stormwater and Sidewalk Improvements  Immokalee Main Street ADA Improvements, Collier County CRA  City of Naples Beach Access Study, City of Naples  Carson Avenue, Boston Avenue, and 4th Street Sidewalks, Collier County  Florida Avenue Sidewalk, Collier County  Golden Gate City Sidewalks, Collier County  Naples Park 8th Street Sidewalk, Collier County  111th Avenue Sidewalk, Collier County  Kismet SunTrail Project, City of Cape Coral  Carlton Lakes Pedestrian Safety Improvements, Carlton Lakes Master Association  White Boulevard and 23rd Street Improvements, Collier County  White Boulevard Bridge Reconstruction, Collier County  Gordon River Greenway Park, Collier County  Naples Zoo, Collier County  Bluebill Avenue Turnaround & Restroom, Collier County  Wiggins Bay Sidewalk, Collier County 16.A.11.d Packet Pg. 207 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 3 HIGHLIGHTED PROJECTS Naples Manor Water Main Project As part of Collier County’s initiative to replace asbestos cement (AC) water main piping, GradyMinor was contracted by the County to design, permit, and perform construction administration the replacement of the existing water system in Naples Manor. Included in the project was survey and infrastructure identification; Sunshine 811 coordination, preliminary engineering, subsurface investigation, design, permitting, and bidding assistance. The Naples Manor Water Main Replacement project included the installation of approximately 7,200 linear feet 8-inch C900 PVC water main piping, new polyethylene water services, fire hydrants, bacteriological sample points, complete roadway resurfacing, and the removal of the existing 6-inch AC water main piping (7,200 linear feet). Additionally, as part of this project a new 24-inch PVC force main was designed, permitted, and constructed. Naples Park Public Utility Renewal GradyMinor was contracted by Collier County to provide professional services to the County for the preliminary engineering, surveying, design, permitting, bidding, construction administration, public relations, and asset onboarding for water, wastewater, stormwater, and roadway improvements within the Naples Park neighborhood, encompassing approximately 900 acres. The roadways within Naples Park consist of built out residential properties and commercial businesses near US41. The majority of the infrastructure within Naples Park was installed between 1960 and 1980 and consists primarily of vitrified clay sanitary sewer mains and laterals; Asbestos Cement (AC) water mains; galvanized water service piping; and reinforced concrete and corrugated metal stormwater piping. GradyMinor’s stormwater designs included replacing all of the existing piping and open swales with 1’ deep swales and underground drainage perforated pipes. The pipes convey existing drainage while a shallow swale on top of the pipes collect road and surface runoff. Where water table elevations allow, the drainage pipes under the swales are perforated and placed in a gravel water quality trench to allow runoff to percolate during lesser rain events. All catch basins included a sedimentation sump to allow for sediment capture and unquantified water quality treatment throughout the system. The stormwater design included 61,260 LF of stormwater piping, catch basis, and swales. Also included in the project was complete right-of-way to right-of-way restoration including driveways, sidewalks, and landscaping. 16.A.11.d Packet Pg. 208 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 4 West Goodlette-Frank Road Joint Water, Wastewater, and Stormwater Improvements GradyMinor was contracted the City of Naples and Collier County to provide professional services to the County for the preliminary engineering, surveying, design, permitting, bidding, construction administration, and public relations for water, wastewater, and stormwater system improvements for the West Goodlette-Frank Road Joint Water, Wastewater, and Stormwater Improvements Project (West G-F Road). The West G-F Road project area encompasses approximately 100 acres of built out residential communities without a central sanitary sewer system and is generally bounded by Goodlette-Frank Road to the east, US‐41 to the west, Cypress Woods Drive to the north, and Creech Road to the south. The project area is within Collier County right-of-way (ROW), but within the City of Naples water and wastewater service area. Collier County’s Board of County Commissioners and the City of Naples City Council entered into an interlocal agreement to expand the City’s wastewater system; improve the City’s water service, and improve the stormwater attenuation and treatment within the West G-F Road project area. Included in the project was the complete rebuilding of all the roadways within the project limits, approximately 3.5 miles of residential roadways, and consideration for a future sidewalk, requiring the design to maintain a 5-wide area along all roadways, less Rosemary Lane, for the future sidewalk, to minimize the impact to the utilities if the sidewalk is constructed in the future. The forward thinking to plan for a future sidewalk will be very similar to the scope of the Naples Manor Stormwater Improvements Preliminary Engineering Study. GradyMinor’s scope associated with the stormwater aspect of the project included creating multiple stormwater quality and quantity concepts for the County to review. Once the preferred alternative was vetted, GradyMinor created a hydraulic model of the stormwater system to see existing/proposed flow characteristics, level of service, and water quality enhancements. GradyMinor utilized ICPR4, Bentley StormCAD, and Harvey Harper in their analysis. A pre and post model was created to ensure the proposed stormwater improvements would meet the necessary design standards set forth by the South Florida Water Management District and Collier County. City of Bonita Springs Sidewalk Projects, City of Bonita Springs Public Works GradyMinor was contracted by the City of Bonita Springs (City) to provide professional for the design, permitting and construction administration for nearly two miles of new sidewalks along existing roadways within the Public Rights- of-Way. The project was broken into three different projects, each located in primarily residential communities with heavy pedestrian use. The phases were designed to be consistent with available construction funding but combined for permitting to streamline the review process. One phase of the sidewalk projects was partially funded by Community Development Block Grant Funding from Lee County. The sidewalks were designed and constructed to be five or six feet in width and generally three feet or greater from the edge of the existing pavement. The sidewalk projects were similar to the future sidewalks that will be constructed per the Naples Manor Walkable Community Study as the majority of the sidewalks were constructed within neighborhoods with an open drainage system. In various locations, the sidewalk meanders to avoid existing conflicts. All improvements were designed to FDOT and ADA requirements. An example of one of the projects is detailed on the next page: 16.A.11.d Packet Pg. 209 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 5 LEITNER CREEK MANOR SIDEWALK Existing Description The Leitner Creek Manor Sidewalk project was designated as the first phase of the sidewalk projects due to an existing safety issue in which residents were utilizing the roadway to traverse to the Leitner Neighborhood Park and Café of Life that was recently built (see the westernmost point on the map below). The project connected to an existing sidewalk along Rosemary Drive, which connects to Old 41 Road. The new sidewalk provided a safe pathway for pedestrians to access the new activity center. The sidewalk was designed through an existing neighborhood that had an existing open swale drainage layout and was partially funded by a Community Development Block Grant from Lee County. Design Conditions The project included the addition of 3,500 linear feet (LF) of five foot wide concrete sidewalk. The challenges detailed below were taken into account during the design of the new sidewalk to avoid issues during construction. Below is the typical section of the proposed improvements.  Maintaining existing swale capacity while minimizing culvert pipe required.  Providing sufficient cover for culverts under driveways that were reconstructed due to the realignment of the existing swale.  Providing sufficient proposed grading information at each residential driveway to avoid “humps” in driveways due to the addition of culverts. Permitting Requirements  SFWMD – A Request for Verification of an Exemption application (form 62-330.050(1)) was applied for and received for “minor roadway safety improvements”.  DEP – Generic Permit for Stormwater Discharge From Large and Small Construction Activities (form 62- 621.300(4)(a)) was applied for and received. 0 Begin Project End Project 16.A.11.d Packet Pg. 210 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 6 Barefoot Williams Road Widening GradyMinor was the design engineer for the widening of Barefoot Williams Road extending from south of Griffin Road to the intersection of Barefoot Williams Road and Price Street. The project was brought to light in part by the need to provide multimodal connectivity for the Artesia community to the existing pedestrian communities along US41. The project included widening the existing roadway 2’ and the addition of an 8’ multi-use pathway. Furthermore, the design included a 5’ sidewalk along Price Street. Price Street was similar to the streets within Naples Manor as residential homes were adjacent to the right-of-way and the existing drainage system included an open swale. The project included many meetings with outspoken property owners during design, especially for the sidewalk along Price Street as the sidewalk was proposed at the ROW/property lines. This project provided a crucial pedestrian connectivity link. Barefoot Williams Road has a narrow (60 foot) ROW with steep open stormwater swales, requiring creative solutions to achieve the proposed widening and the addition of the multi-use pathway. Additionally, Barefoot Williams Road does not have a crowned cross section, both lanes slope towards the existing canal on the east side of the road, making it difficult to meet clear zone requirements while also providing the necessary room for the multi-purpose path without handrail. GradyMinor provided detailed plans that included modified drainage structures to make the drainage design work. This project was permitted through SFWMD, GradyMinor went above and beyond to meet with SFWMD staff on-site to make sure concerns that were brought up during their review were properly vetted prior to issuance of the permit. Below is the typical section detailing the multi-purpose path constructed along Barefoot Williams Road and the sidewalk that was constructed along Price Street. Out of the box thinking by the engineer of record allowed for the path and sidewalk to be constructed within the existing swale but not impact the overall capacity of the drainage system. 16.A.11.d Packet Pg. 211 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 7 Gulf Shore Boulevard North Stormwater and Sidewalk Improvements GradyMinor was contracted by the City of Naples to perform the hydraulic analysis, design, permitting, bidding services, and construction management for sidewalk and drainage improvements along Gulf Shore Boulevard North consisting of approximately 4,280 LF of storm sewer piping, 33 drainage inlets, and 3 outfalls. This high-profile project directly in front of the Naples Beach Hotel and Golf Club required extensive coordination with the surrounding businesses and residents. The construction of the project could not begin until after Easter and had to be completed in time for the scheduled resurfacing of Gulf Shore Boulevard North that had to be completed by November 2017. This region of Gulf Shore Boulevard was a chronic flooding issue and it was not uncommon to have standing water on the roadway after a typical rainfall, especially during high tides. The improvements affected the entire right-of-way and required a detailed Maintenance of Traffic plan to ensure access was provided for pedestrians and vehicles throughout the duration of the project. The managing of pedestrians was particularly challenging. The work affected the right-of-way in front of the Hotel’s registration and valet parking circle, and flaggers were required to assist Hotel guests to walk to/from the Hotel’s registration with luggage in tow. GradyMinor assisted the City in nearly daily communications with the Naples Beach Hotel management staff, including the owner. During the design, special attention was required to tie in a proposed drainage structure along Gulf Shore Boulevard into an existing 60” x 39” sluice outfall that was originally constructed with the hotel. GradyMinor coordinated with Coastal Precast of Florida directly to confirm the drainage structures detailed on the plans was the most economical way to connect to the existing outfall. At GradyMinor, we pride ourselves on communications and thinking outside of the box to make sure our designs are not only functional but also economical so the improvements can be constructed within our client’s budget and without costly change orders during construction. GradyMinor’s design included detailed signing and pavement marking plans which altered the pedestrian movement through the project corridor to be safer and better separate pedestrians from the busy Hotel valet circle. Additionally, GradyMinor’s roadway and drainage design included performing spread calculations to confirm the proposed curb inlets were spaced appropriately so vehicles traversing the roadway would have a safe path to travel during a storm event. GradyMinor performed extensive coordination during the design and construction of this project with the City of Naples and the Naples Beach Hotel and Golf Course to ensure the Hotel and Golf Course’s guests and visitors were able to safely access the resorts facilities. GSBN Stormwater Installation Completed Sidewalk Restoration 16.A.11.d Packet Pg. 212 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 8 PROJECT NAME/OWNER DESCRIPTION Imperial River Watershed Drainage Study, City of Bonita Springs GradyMinor was contracted by the City of Bonita Springs to study the Imperial River Watershed Basin and provided recommended improvements to alleviate areas of concern. Carson Ave, Boston Ave, & 4th Street Sidewalks Collier County A LAP Funded project along three streets in Immokalee, GradyMinor completed the design and permitting for the installation of approximately 8,350 LF of new sidewalk in residential streets. The project included the shifting of an existing drainage swale, small sections of piped stormwater, driveway culvert pipes and MESs, sign relocations, utility adjustments, curb and gutter improvements, pavement improvements, and intersection crosswalks. Florida Avenue Sidewalk Collier County A LAP Funded project along Florida Avenue in Naples Manor, GradyMinor completed the design and permitting for 4,750 LF of new sidewalk along this heavily traveled residential street. The project included intersection signage improvements, stormwater piping under Florida Avenue, driveway culvert pipes and MESs, driveway reconstruction, and intersection crosswalks. All improvements were ADA compliant. Golden Gate City Sidewalks Collier County A LAP Funded project along 23rd Pl, 25th Pl, 29th Pl, 30th Ave, and 43rd Ln in Golden Gate City, GradyMinor completed the design and permitting for the installation of 5,800 LF of new sidewalk along these residential streets. The project included intersection signage improvements, driveway reconstruction, and intersection crosswalks. All new sidewalks were designed to meet ADA requirements in a difficult shoulder with inverted driveways. City of Naples Beach Access Study, City of Naples GradyMinor was contracted by the City of Naples for professional services associated with Americans with Disabilities Act (ADA) Access at forty (40) City of Naples Beach Access sites. As part of this project, GradyMinor reviewed and performed inspections at 40 City of Naples beach access sites to determine if the site meets current ADA requirements for parking, access, and signage; to identify sites where ADA accessibility to the beach and water can best be achieved; and to review Sea Turtle protection requirements and how the requirements are affected by or affect ADA requirements for beach access. Paradise Road Sidewalk City of Bonita Springs GradyMinor completed the design and permitting of the addition of approximately 3,500 LF of a five-foot concrete sidewalk along the length of Paradise Road, beginning at the intersection of Shangri La Road and Paradise Road and extending to the intersection of Paradise Road and St. Patrick Lane. The sidewalk was designed to be fully ADA compliant for the extent of the new sidewalk. Naples Park 8th Street Sidewalk Collier County GradyMinor completed the design and permitting of the addition of approximately 8,000 LF of a five-foot concrete sidewalk along 8th Street and 91st Avenue North in Naples Park. This sidewalk project included extensive drainage modification and SFWMD permitting in addition to intersection signage and cross walk improvements, driveway reconstruction, specialized striping, and utility avoidance. 16.A.11.d Packet Pg. 213 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 2 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 9 111th Avenue N., Collier County North and south of 111th Avenue N. between 8th and 7th St., and 8th St. and US 41. Kismet SunTrail Project City of Cape Coral GradyMinor was the drainage EOR the Kismet SunTrail 12’ multiuse pathway project which begins on the north side of Van Buren Parkway at the intersection of Burnt Store Road, extends easterly to El Dorado Boulevard, then northerly on the west side of El Dorado Boulevard to Kismet Parkway, then easterly along the north side of Kismet Parkway to Del Prado Boulevard, a distance of approximately 6.5 miles. Carlton Lakes Pedestrian Safety Improvements. Carlton Lakes Master Association The Carlton Lakes Master Association retained GradyMinor to review, analyze, assess and recommend improvements that would provide a safe method for residents living in the six multi-family properties on the on the west side of Carlton Lakes Boulevard to access the existing sidewalk on the east side of Carlton Lakes Boulevard. Wiggins Bay Sidewalk Design and permitting of new pathway for multi-phased approval to add sidewalks in a community originally designed without any. Three (3) phases of over 1,000 LF have been constructed for over a 3,000 LF project. 16.A.11.d Packet Pg. 214 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Serving Southwest Florida Since 1981 TAB 3 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS 16.A.11.d Packet Pg. 215 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 TAB 3 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS A. Project Understanding ……………………………………………………………………………………………………..……. Page 4.1 B. Plan of Approach …………………………………………………………………………………………………………………… Page 4.2 C. Willingness to Meet Time and Budget Requirements ……………………………………………...…….……... Page 4.5 D. Draft Project Timeline ……………………………………………………………………………………………………………. Page 4.6 A. PROJECT UNDERSTANDING In preparation for this solicitation, GradyMinor has reviewed the Naples Manor Walkable Community Study prepared for Collier Metropolitan Planning Origination (MPO) in detail and has also reviewed the existing South Florida Water Management (SFWMD) Permits within and adjacent to Naples Manor as it may relate to the preliminary stormwater engineering study. GradyMinor has a firm understanding of the County’s plan to provide a walkable neighborhood within Naples Manor. A walkable neighborhood is defined as a neighborhood that has a compact residential development, a mix of land uses, and a well-connected street network. A walkable community is a place where one can get to the store, school, park, or other destination within the neighborhood without a car. The gridded street network system and compact residential development provided within Naples Manor provides a great opportunity for the County to implement a walkable neighborhood. GradyMinor has performed many site visits to review the existing drainage pattern and also review the existing sidewalk infrastructure and how it may relate to the over goal of the community. As detailed to the right, the existing sidewalks within Naples Manor provides some continuity within the neighborhood but there is a lot of room for improvements as there are multiple streets without pedestrian connectivity which may put the residents within Naples Manor at risk while walking around the neighborhood. The tiered approached detailed in the Naples Manor Walkable Community Study for adding pedestrian connectivity within the neighborhood is a great approach to identify the greatest need areas based on the close proximity to the two public schools in the area. Adding sidewalks within an open drainage system typically will affect the capacity of the existing swales as in most cases the sidewalk is placed within a portion of the swale. Ensuring that the stormwater design within the neighborhood takes into account the future improvements related to pedestrian connectivity will be critical for the success of the future projects. 16.A.11.d Packet Pg. 216 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 2 B. PLAN OF APPROACH GradyMinor’s Plan of Approach will revolve around putting the residents, businesses, and stakeholders of Naples Manor first, while providing sound engineering, clear accurate communication, and exceptional service to Collier County at an economical cost. The key stakeholders for this project include the residents within Naples Manor, Collier County Public Schools and the business owners within and adjacent to Naples Manor. GradyMinor has experience from work on similar projects and, if we are fortunate enough to be selected for this project, will work tirelessly to ensure budgets are maintained, schedules are met, and lasting improvements are provided. GradyMinor has extensive similar local experience that we will pull from to ensure the following typical drainage related issues are avoided when constructing a new sidewalk or widening a roadway for a bicycle facility within and open drainage system.  ROW acquisitions and/or easements can consume valuable time to secure and cost a significant amount of money. The proposed work should be limited to within the ROW, unless absolutely necessary. When a sidewalk is constructed within an existing swale, the first objective from a stormwater perspective is to maintain the existing capacity of the swale which would mean shifting the swale away from the sidewalk but maintaining the same cross sectional area. In GradyMinor’s experience, staying within the right-of-way is often a challenge and it will be critical for this Preliminary Engineering Study to identify areas where other design options will need to be implemented.  Drop-offs adjacent to sidewalks must be avoided and the required flat recovery distances must be provided to ensure the safety of the public. Drop-off hazards are often created due to trying to tie into an adjacent swale to not impact the capacity of that swale.  The three R’s of every job are Restoration, Restoration, and Restoration. Landscape and sod types must be determined by field investigations and included on the drawings as the Contractor will be required to match like with like. Furthermore, including an additional ten percent (10%) sod quantity in the bid schedule often avoids construction cost changes due to exceeding sod quantities. GradyMinor’s Project Approach is detailed below. Task 1.1 Project Kickoff Meeting Following consultant selection for the Naples Manor Stormwater Improvements Preliminary Engineering Study, we will meet with the County’s Project Managers to fully understand the County’s needs, objectives, schedule and budget for the project. GradyMinor has reviewed the Naples Manor Walkable Community Study and SFWMD permits in the area to make sure our team can hit the ground running. During the project kickoff meeting it will also be important to discuss the contact information for the individuals involved to ensure the proper line of communication is set. We pledge to communicate regularly with the County; return phone calls and e-mails; attend all project meetings; work diligently; and provide accurate, economically feasible and constructible plans and specifications. Task 1.2 Topographic Survey The second step for the first task associated with the Naples Manor Walkable Community Study will be one of the most critical. GradyMinor has two Florida Licensed Professional Surveyor and Mappers, with a combined 30 years of experience in Collier County. GradyMinor will mobilize one of our five (5) in-house local survey crews to establish topography and existing improvements within the existing right-of-way. The field survey will include gathering the following above grade features within the ROW, if necessary:  Existing Stormwater system components  Existing utilities (marked, buried, and above- ground)  Existing vegetation  Fencing/Bollards  Private Landscaping and irrigation facilities  Driveway size, material, and condition  Roadway EOPs, striping, and signage  Mailboxes 16.A.11.d Packet Pg. 217 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 3 At the end of each day of gathering field data, the survey data will be processed in our local office, such that our experienced engineers can begin reviewing different stormwater alternatives that may be able to be utilized within the project area. It will be important to review the Naples Manor Walkable Community Study and prepare conceptual level plans for all the improvements recommended within the study to confirm the different stormwater alternatives that are proposed will work with the future improvements which include sidewalks and widening portions of the roadway for bicycle facilities. In an effort to prepare for the project, GradyMinor prepared multiple GIS exhibits that can be utilized to review the existing utilities that will be within the project area. Below is an example of the existing wastewater and water systems within Naples Manor. Task 2.1 – Proposed Improvements GradyMinor has taken the initiative to review the Naples Manor Walkable Community Study prepared for Collier Metropolitan Planning Origination (MPO) in detail and also review the existing South Florida Water Management (SFWMD) Permits to get a firm understanding of the County’s objectives as it relates to creating a walkable neighborhood within Naples Manor. Once the survey field data is processed, GradyMinor’s experienced local engineers will begin reviewing different design alternatives to address the impact of the additional impervious surfaces on the existing roadside stormwater system. GradyMinor’s engineers attend presentations and seminars to make sure we have a firm understanding of the newest technologies that are currently being utilized for stormwater design. GradyMinor will provide multiple alternatives for the stormwater design to ensure the residents and business owners within Naples Manor receive a cost effective design. 16.A.11.d Packet Pg. 218 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 4 GradyMinor’s engineers have years of experience in stormwater modeling. A hydraulic model will be prepared for the Naples Manor Stormwater Improvements Preliminary Engineering Study to ensure all the proposed alternatives meet the requirements set forth by the SFWMD and Collier County. GradyMinor will utilize programs as ICPR4, Bentley StormCAD, and Harvey Harper to create the stormwater model. It will be important to have a pre-application meeting with the SFWMD once all the survey data is processed and design alternatives are being reviewed. The pre-application meeting will be pivotal to determine with District staff the appropriate application. Typically projects that include minor improvements such as the addition of sidewalks or minor widening for bicycle facilities would be exempt from permitting per Rule 62-330.051, which is detailed below. It is important to note that if an existing permit is over the subject area, then an exemption would not be applicable. GradyMinor reviewed the existing permits within Naples Manor and per the District’s GIS, it appears there are multiple permits over the area so the future projects may not qualify for an exemption. Rule 62-330.051(4c) Minor roadway safety construction, alteration, or maintenance, and operation, provided: 1. There is no work in wetlands other than those in drainage ditches constructed in uplands; 2. There is no alteration to a project previously permitted under Part IV of Chapter 373, F.S.; and 3. All work is conducted in compliance with subsection 62-330.050(9), F.A.C.; and 4. The work is limited to: a. Sidewalks having a width of six feet or less; b. Turn lanes less than 0.25 mile in length, and other safety-related intersection improvements; and c. Road widening and shoulder paving that does not create additional traffic lanes and is necessary to meet current, generally accepted roadway design and safety standards. If the project is determined to not qualify for an exemption then it may be in the County’s best interest to apply for a conceptual permit over the entire area. This will allow the County to obtain a permit over the entire area based on a conceptual design. Having a conceptual permit may expedite permitting in the future as future projects are implemented based on the Naples Manor Walkable Community Study. Task 2.2 – Proposed Report/Matrix GradyMinor will develop a detailed matrix to prioritize the stormwater improvements using the parameters detailed below:  Priority areas (tiers) identified in the Naples Manor Walkable Community Study  Adequacy of existing and proposed stormwater outfalls  Improvement in level of drainage with proposed stormwater improvements  Budget/Cost of stormwater improvements  Land Acquisition Need and Feasibility  Time to Project Completion for prioritized section GradyMinor will sit down with the County’s Project Manager to review the matrix to ensure the appropriate information is shown in the matrix. After the meeting, GradyMinor will provide a detailed recommendation on the implementation of the stormwater improvements in conjunction with the Naples Manor Walkable Community Study. Task 2.3 – Executive Report/Final Coordination GradyMinor will prepare a final executive report summarizing the existing infrastructure surveyed in Task 1 and the recommended proposed improvements detailed in Task 2. It will be critical to coordinate with Collier County Capital Improvements, Impact Fees and Transportation Planning Division to make sure the future work programs are in line with the Naples Stormwater Improvements Preliminary Engineering Study and Naples Manor Walkable Community Study. 16.A.11.d Packet Pg. 219 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 5 Public Involvement GradyMinor believes that the success of any project relies upon clear communication from the beginning with all parties. GradyMinor is known for our ability to effectively build trust throughout the project by proactively communicating with the key stakeholders including Naples Manor, Collier County Public Schools and the business owners within and adjacent to Naples Manor. GradyMinor is a local company with established relationships Collier County Public Schools and local businesses which will be a great benefit for the County for the Naples Manor Stormwater Improvements Preliminary Engineering Study. Frequently the biggest “problem” that most projects face is fear. Fear that the project will not be done on time, that it will run over budget, or that it will cause safety hazards or inconvenience businesses and/or the general public. By taking a proactive approach on community outreach we can disseminate accurate information that will set appropriate expectations. It will help build a team environment among our key partners and build trust within the community. In addition to our regular updates, we pledge to respond to any inquiries within a timely manner, promptly returning phone calls and emails, attend all project meetings, and provide the latest up-to-date surveys and related services. GradyMinor is committed to provide the necessary resources to attend onsite one-on-one meetings with concerned residents. C. WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS GradyMinor prides itself on meeting time and budget requirements on all projects. We will work within the County’s budget and schedule to ensure a successful project at an economical cost. We are local and all contract documents produced by GradyMinor will be out of our office located less than 30 minutes from Collier County’s Growth Management Department offices. Our past performance on projects for Collier County is proof that we always strive to meet our client’s budgets and schedules. GradyMinor has never received a non-owner-initiated change order on a public project. We have a firm understanding of Collier County’s scope and goals for this project and our approach for this response centers around understanding as much as we can such that, if we are fortunate enough to be awarded the Naples Manor Stormwater Improvements Preliminary Engineering Study project, there will be no learning curve and we will be productive on day one. We have been working for many months performing research and site visits for the Naples Manor Stormwater Improvements Preliminary Engineering Study project and as a result will hit the ground running immediately to begin production work on the project. We will not require any time to familiarize ourselves with the project. Additionally, we have exceptional relevant, similar, and recent local (Collier County) experience. The work we have already performed on similar Collier County utility replacement projects, within similar built out neighborhoods, will result in precise contract documents, less professional fees paid by Collier County, and certainty that the project’s schedule will be met. The GradyMinor Team will meet the County’s time and budget requirements on the Naples Manor Stormwater Improvements Preliminary Engineering Study 16.A.11.d Packet Pg. 220 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 3 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 1919-7663 6 D. DRAFT PROJECT TIMELINE 16.A.11.d Packet Pg. 221 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Serving Southwest Florida Since 1981 TAB 4 RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM 16.A.11.d Packet Pg. 222 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY TAB 4 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 TAB 4 RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM As stated previously, GradyMinor is a large local civil engineering firm. Our local staff includes:  Twelve (12) Professional Engineers  Two (2) Professional Surveyors and Mappers  A Certified Planner  A licensed Landscape Architect  A licensed General Contractor  Nine (9) Engineering Technicians  Five (5) Survey Crews  A Commercially Licensed Drone Pilot  Three (3) Engineering Inspectors  Survey Technicians  Engineer Interns  Project Administrators Our Company is committed to allocating the necessary manpower and resources to complete the Naples Manor Stormwater Improvements Preliminary Engineering Study for Collier County within the established time schedule. Often projects are delayed due to the time it takes to draft (CAD) highly detailed and accurate plan sets. GradyMinor recognized this typical bottleneck early in the company’s history and began building a large CAD department with experienced engineering technicians. Today we have nine (9) engineering (CAD) technicians with an average of over 15 years of experience each. If necessary, we can put more than one technician on a project to meet a tight deadline. We have thoroughly reviewed our current and project workloads and we strongly believe that our current and projected workloads will not affect our ability to provide a high level of service to Collier County on the Naples Manor Stormwater Improvements Preliminary Engineering Study. The majority of our current designs will be accomplished by beginning/middle of 2020, which will time nicely with the award of the Naples Manor Stormwater Improvements Preliminary Engineering Study. Provided below is our resource allocation chart for key team members depicting current, projected, and anticipated workloads and their estimated percent availability. 16.A.11.d Packet Pg. 223 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY REQUIRED FORMS NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 REQUIRED FORMS 16.A.11.d Packet Pg. 224 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 225Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 226Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 227Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 228Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 229Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 230Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 231Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 232Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 233Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 234Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.dPacket Pg. 235Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.d Packet Pg. 236 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.d Packet Pg. 237 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.d Packet Pg. 238 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Employer Wiz ard E-Verify. Employment Eligibility Verification Home My Cases New Case View Cases My Profile Edit Profile Change Password Company Information Company Name: Company ID Number: Doing Business As (OBA) Name: DUNS Number: Welcome Pamela Hyyti Q. Grady Minor & Associates, P.A. 231069 User ID PHYY6820 Page 1of1 Last Login 09:27 PM -0110512011 View/ Edit , .... , ''rr,, i~ /l'us'A '" '\.1111111 ,} • '\l'' Log Out Change Security Questions My Company Physical Location: Mailing Address: Ed it Company Profile Add New User View Existing Users Close Company Account My Reports View Reports My Resources View Essential Resources Take Tutorial View User Manual Contact Us Address 1: Address 2: City: State: Zip Code: County: Additional lnfonnation: 3800 Via Del Rey Bonita Springs FL 34134 LEE Employer Identification Number: 59258395 Total Number of Employees: 20 to 99 Parent Organization: Admin istrator: Organization Designation: Employer Category: None of these categories apply Address 1: Address 2: City: State: Zip Code: NAICS Code : 541 -PROFESS IONAL , SC IENTIF IC, AND TECHNICAL SERV ICES Total Hiring Sites: Total Points of Contact: 2 U.S. Department of Homeland Security -www.dhs.gov U.S. Citizenship and Immigration Services -www.uSCls .gov https:// e-verify. use is . gov I emp/Employer Wizard.aspx View/Edit View/ Edit View I Edit Accessibility Download Viewers 1151201 1 16.A.11.d Packet Pg. 239 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify ____ EVERIFY rs A sERvrcs oF otts Company ID Number: 231069 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS) and Q. Grady Minor & Associates, P.A. (Employer) regarding the Employer'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), and 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 eiigibility of aii newly hired employees and all existing employees assigned to Federal contracts. Authority for the ~Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and lmmigrcfnt Responsibility Act of 1996 (llRIRA), 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'') 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 with available information that allows 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 to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. SSA agrees to provide the Employer with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify process. 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 the E-Verify program or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401 ). Page 1 of 131E-Verify MOU for Emp!oyer!Revision Date 10/29/08 16.A.11.d Packet Pg. 240 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 1£-Verify ____ _ Company ID Number: 231069 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 aliens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 1 O days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF OHS 1. After SSA verifies the accuracy of SSA records for aliens through E-Verify, OHS agrees to provide the Employer access to selected data from DHS's database to enable the Employer to conduct, to the extent authorized by this MOU: • Automated verification checks on alien employees by electronic means, and • Photo verification checks (when available) on employees. 2. OHS agrees to provide to the Employer appropriate assistance with operational problems that may arise during the Employer's participation in the E-Verify program. OHS agrees to provide the Employer names, titles, addresses, and telephone numbers of OHS representatives to be contacted during the E-Verify process. 3. OHS agrees to provide to the Employer a manual (the E-Verify User Manual) containing instructions on E-Verify policies, procedures and requirements for both SSA and OHS, including restrictions on the use of E-Verify. OHS agrees to provide training materials on E-Verify. 4. OHS agrees to provide to the Employer a notice, which indicates the Employer's participation in the E-Verify program. OHS also agrees to provide to the Employer anti- discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5. OHS agrees to issue the Employer a user identification number and password that permits the Employer to verify information provided by alien employees with DHS's database. 6. OHS agrees to safeguard the information provided to OHS by the Employer, and to limit access to such information to individuals responsible for the verification of alien 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. OHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative Page 2of131E-Verify MOU fur EmployeriRevision Date 10129/08 16.A.11.d Packet Pg. 241 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify. _____ E·VERIFY rs A sERvrcs oF otts Company ID Number: 231069 nonconfirmation of employees' employment eligibility within 3 Federal Government work days of the initial inquiry. 8. OHS agrees to provide a means of secondary verification (including updating OHS records as may be necessary) for employees who contest OHS 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 OHS, unless OHS determines that more than 10 days may be necessary. In such cases, OHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1. The Employer agrees to display the notices supplied by OHS 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 OHS 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. 4. The Employer agrees that any Employer Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. A. The Employer agrees that all Employer 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 Employer from continued use of the program. 5. 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)(8)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. • If an employee presents a OHS Form 1-551 (Permanent Resident Card) or Form 1-766 (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 employer will use the photocopy to verify the photo and to assist OHS 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. OHS may in the future designate other documents that activate the photo screening tool. Page 3of13jE-Verify MOU for Employer!Revision Date 10/29/08 16.A.11.d Packet Pg. 242 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Company ID Number: 231069 6. 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 2748 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 5 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 compliance with the terms and conditions of E-Verify; (3) the Employer must notify OHS 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 OHS 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 criminaily liable under any law for any action taken in good faith based on information provided through the confirmation system. OHS reserves the right to conduct Form 1-9 compliance inspections during the course of E-Verify, as well as to conduct any other enforcement activity authorized by law. 7. The Employer agrees to initiate E-Verify verification procedures 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. 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. In all cases, the Employer must use the SSA verification procedures first, and use OHS verification procedures and photo screening tool only after the SSA verification response has been given. Employers may initiate verification by notating the Form 1-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. 8. 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 for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article 11.0.1.c. Except as provided in Article 11.0, 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 E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and OHS information pursuant to this MOU. 9. The Employer agrees to follow appropriate procedures (see Article Ill. below) regarding tentative nonconfirmations, including notifying employees of the finding, providing written referral instructions to employees, allowing employees to contest the finding, and not taking Page 4of13iE-Verify MOU f'or EmployerjRevision Date 10129/08 16.A.11.d Packet Pg. 243 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify ____ _ Company ID Number: 231069 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 111.8. below) to contact OHS with information necessary to resolve the challenge. 10. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or OHS 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 OHS 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) until and unless secondary verification by SSA or OHS 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 nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800- 255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 2748 of the INA 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 2748(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 2748 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 2748 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). 12. 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. 13. The Employer agrees that it will use the information it receives from SSA or OHS pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as Page 5of131E-Verify MOU for EmployerlRev!sion Date 10/29108 16.A.11.d Packet Pg. 244 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify ____ E··VERIFY rs ASERvrcE or DHs Company ID Number: 231069 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 OHS for legitimate purposes. 14. The Employer acknowledges that the information which it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), 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. 15. The Employer agrees to cooperate with OHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting OHS 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. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS 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 "employee assigned to the contract" (as defined in FAR 22.1801) in addition to verifying the employment eligibility of all other employees required to be verified under the FAR. 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 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 in the E-Verify program 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, the Employer must initiate verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee's assignment to the contract, whichever date is later. b. Federal contractors already enrolled at the time of a contract award: 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. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must initiate verification of each employee assigned to the Page 6of131E-Verify MOU for EmpioyerlRevision Data 10/29108 16.A.11.d Packet Pg. 245 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify ___ _ Company ID Number: 231069 contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article 11.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 and tribal governments, and sureties. d. Verification of all employees: Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by OHS and initiate E-Verify verification of all existing employees within 180 days after the election. e. Form 1-9 procedures for Federal contractors: The Employer may use a previously completed Form 1-9 as the basis for initiating E-Verify verification of an employee assigned to a contract as long as that Form 1-9 is complete (including the SSN), complies with Article 11.C.5, 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 11.C.5, 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.C.5, or update the previous 1-9 to 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 11.C.5, 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 11.C.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. 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. 2. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. Page 7of131E-Ver!fy MOU for EmployefiRevision Date 10129/08 16.A.11.d Packet Pg. 246 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Company ID Number: 231069 ARTICLE Ill REFERRAL OF INDIVIDUALS TO SSA AND OHS 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 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 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 Security Number from the SSA. B. REFERRAL TO OHS 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 Page 8 of i31E-Verify MOU for EmpioyerlRevision Date i0/29/08 16.A.11.d Packet Pg. 247 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY f f' £8 -Veri Y-----------·"""'"' .. ~. Company ID Number: 231069 after the Employer receives it. 4. If the employee contests a tentative nonconfirmation issued by OHS, the Employer will provide the employee with a referral letter and instruct the employee to contact OHS 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 OHS. OHS 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 will send a copy of the employee's Form 1-551 or Form 1-766 to OHS for review by: • Scanning and uploading the document, or • Sending a photocopy of the document by an express mail account (furnished and paid for by OHS). 7. The Employer understands that if it cannot determine whether there is a photo match/non-match, the Employer is required to forward the employee's documentation to OHS by scanning and uploading, or by sending the document as described in the preceding paragraph, and resolving the case as specified by the Immigration Services Verifier at OHS who will determine the photo match or non-match. ARTICLE IV SERVICE PROVISIONS SSA and OHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access the E-Verify System, an Employer will need a personal computer with Internet access. 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 OHS 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 OHS 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. OHS 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. Even without changes to E-Verify, OHS reserves the right to require employers to take Page 9of131E-Ver!fy MOU tor EmployerlRevision Date 10/29/08 16.A.11.d Packet Pg. 248 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY ··"""''' SEc~, ,~£-Verify ___________ ,,..,,,,,,,~, Company ID Number: 231069 mandatory refresher tutorials. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor must provide written notice to OHS. If an Employer that is a Federal contractor 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 non-Federal contractor participants, 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, OHS may terminate this MOU if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or OHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect its performance of its contractual responsibilities. C. Some or all SSA and OHS responsibilities under this MOU may be performed by contractor(s), and SSA and OHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with OHS, SSA has agreed to perform its responsibilities as described in this MOU. 0. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. 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 Employer and any other person or entity regarding the applicability of Section 403(d) of llRIRA to any action taken or allegedly taken by the Employer. F. The Employer understands that the fact of its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and OHS 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 OHS and the Employer. H. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and OHS respectively. Page 10of131E-Verify MOU for EmployerlRevision Date 10/29108 16.A.11.d Packet Pg. 249 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY E-Verify ___ _ Company ID Number: 231069 To be accepted as a participant in E-Verify, you should only sign the Employer's Section of the signature page. If you have any questions, contact E-Verify at 888-464-4218. Employer Q. Grady Minor & Assoo.iates, P.A.· Pamela HyY!i -----------·--· Name (Please Type or Print} Department of H(!)me1and Security -Verification t)'ivisi~rf USCIS Verification Division N'ame .. (file:'ase Type .. or"Print) ......... -··-·---.... -..... --·---·-....... -.............. --... -_ ....... .. Page 11of131E-Verify MOU for EmployerjRevision Date 10/29/08 16.A.11.d Packet Pg. 250 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY -Verify ___ _ Company ID Number: 231069 • FLORllDA Page 12of131E-Verify MOU for EmployerlRevision Date i0/29108 16.A.11.d Packet Pg. 251 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY !E-Verify ____ E··VERIFY IS A SERVICE OF DHS Company ID Number: 231069 Jnformation relating to the Program A:dmin:istr:i:ttor(sf for:y:our Companr on policy questions or operational problems: Name: Joshua R Evans Telepl:u:me Number: (239) 947:;.1144 ... Fax Number: (239) 947 ,-1144 E~mall Address: jevan~@gradyminor.com Name: Pamel.a M Hyyti Telephone Number: (:2.3!H 947 -1144 Fax Number: . f239) 947 -0315 E-mail Address: phyyti@gradMrninor.com Page 13 of i 3!E-Verify MOU for Employer!Revision Date i0/29!08 16.A.11.d Packet Pg. 252 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY LICENSES NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENINEERING STUDY | RPS NO. 19-7663 1 LICENSES 16.A.11.d Packet Pg. 253 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY LICENSES NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENINEERING STUDY | RPS NO. 19-7663 2 16.A.11.d Packet Pg. 254 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY REFERENCE QUESTIONNAIRES NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY | RPS NO. 19-7663 1 REFERENCE QUESTIONNAIRES 16.A.11.d Packet Pg. 255 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Reference Questionnaire Solicitation: 19-7663 Naples Manor Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Q. Grady Minor & Associates, P.A. (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Andy Holland, P.E. (Evaluator completing reference questionnaire) Company: City of Naples (Evaluator’s Company completing reference) Email: aholland@naplesgov.com FAX: (239) 213-5010 Telephone: (239) 213-5001 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: Gulf Shore Boulevard N. Drainage Improvements Completion Date: November 18, 2016 Project Budget: $49,575 Project Number of Days: 270 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 16.A.11.d Packet Pg. 256 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY Reference Questionnaire Solicitation: 19-7663 Naples Manor Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Q. Grady Minor & Associates, P.A. (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name of Individuals Requesting Reference Information) Name: Roger Reinke (Evaluator completing reference questionnaire) Company: City of Naples (Evaluator’s Company completing reference) Email: rreinke@naplesgov.com FAX: (239) 213-1033 Telephone: (239) 213-1896 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: 3rd Avenue South Improvements Completion Date: November 17, 2017 Project Budget: $250,000 (Design, CEI & Const. Admin) Project Number of Days: _365_____________________ 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 16.A.11.d Packet Pg. 257 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY eol.Ker County� Administrative Services Department Procurement Services OIVISIOO Reference Questionnaire Solicitation: 19-7663 Naples Manor Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Q.Grady Minor & Associates, P.A. (Name of Company Requesting Reference Information) Justin Frederiksen, P.E. (Name oflndividuals Requesting Reference Information) Name: Alllyson Holland, P.E. Company: City of Naples (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: AMHolland(@NaplesGov.com FAX: Telephone: 239.213.4713 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of I to I 0, with IO representing that you were very satisifed ( and would hire the finn/individual again) and I representing that you were very unsatisfied (and would never hire the finn/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." Project Description: West Goodlette-Frank road Joint Sewer-Water-Completion Date: May 2018 Stormwater Imorovements Project Budget: $695 591 (design) Project Number of Days: 365 (design) 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). I{) 3 Quality of work. /.() 4 Quality of consultative advice provided on the project. lo 5 Professionalism and ability to manage personnel. /0 6 Project administration ( completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) /0 7 Ability to verbally communicate and document information clearly and succinctly. /0 8 Abiltity to manage risks and unexpected project circumstances. Jo 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. JO 10 Overall comfort level with hiring the company in the future (customer satisfaction). Jo TOT AL SCORE OF ALL ITEMS I trO 16.A.11.d Packet Pg. 258 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.d Packet Pg. 259 Attachment: [Linked] QGMA_-_RPS_19-7663_-_NAPLES_MANOR_STORMWATER_IMPROVEMENTS_PRELIMINARY_ENGINEERING_STUDY 16.A.11.e Packet Pg. 260 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 261 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 262 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 263 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 264 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 265 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 266 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 267 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 268 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 269 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 270 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 271 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 272 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 273 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 274 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 275 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 276 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 277 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 278 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 279 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 280 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 281 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 282 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 283 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 284 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 285 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 286 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 287 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 288 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 289 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 290 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 291 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 292 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 293 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 294 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 295 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 296 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 297 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) 16.A.11.e Packet Pg. 298 Attachment: Executed MOU Capital project Naples Manor (11718 : Naples Manor Stormwater Improvements Preliminary Engineering Study) EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 1 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANTS (SMALL NON-CONSTRUCTION CONTRACTS <$150K) CFDA 14.218 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub-agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. AUTHORITY Title I of the Housing and Community Development Act of 1974 (42 USC 5301 et seq.) Section 104(g) of Title I (24 CFR part 58) of the National Environmental Policy Act of 1969 24 CFR part 570 (Community Development Block Grants) 24 CFR part 50 or 24 CFR part 58, as applicable (Environmental Review Procedures) 2 CFR Part 200 CONTRACTOR COMPLIANCE OVERVIEW 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. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order 16.A.11.f Packet Pg. 299 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 2 1. Access to Records 2. Administrative, Contractual, or Legal Remedies 3. Affirmative Action (200.321) / Utilization of Minority and Women’s Businesses 4. Affirmatively Furthering Fair Housing 5. Age Discrimination Act of 1975 6. Civil Rights Compliance 7. Compliance with Federal Law, Regulations and Executive Orders 8. Conflict of Interest 9. Copyright and Patent Rights 10. Debarment and Suspension 11. Diversity 12. Energy Efficienc y Standards 13. Environmental Compliance (Clean Air Act of 1970 and Clean Water Act of 1972) 14. Environmental Review Procedures (National Environmental Policy Act) 15. Equal Opportunity Policy and Provisions 16. E-Verify 17. Federal Labor Standards Provisions (Davis-Bacon Act, Contract Work Hours and Safety Standards Act, Copeland “Anti-Kickback” Act,) 18. Grantee Recognition (Advertisement) 19. Guidance to Contractor for Compliance with Labor Standard Provisions 20. Historic Preservation 21. Lobbying Prohibition 22. No Third-Party Obligation by Federal Government 23. Nondiscrimination under Federal Grants and Programs (Section 504, Rehabilitation Act of 1973; Section 794, as amended) 24. Procurement of Recovered Materials 25. Program Fraud and False or Fraudulent Statements of Related Acts 26. Record Keeping and Documentation 27. Religious Organizations 28. Retention of Records 29. Section 3 30. Termination (Cause and Convenience) >$10K 31. Transparency Act 32. Uniform Relocation Assistance and Real Property Acquisition Act of 1970 33. State Provisions 16.A.11.f Packet Pg. 300 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 3 (PROVISIONS 1- 33) 1. ACCESS TO RECORDS The local government, the U.S. Department of Housing and Urban Development, the Comptroller General of the United States, the Chief Financial Officer of the State of Florida, the Auditor General of the State of Florida, the Florida Office of Program Policy Analysis and Government Accountability, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit, examination, excerpts, and transcriptions. 2. ADMINISTRATIVE, CONTRACTUAL, OR LEGAL REMEDIES (Ref. 41 U.S.C. 1908, 2 CFR § 200 Appendix II (A) Unless otherwise provided in this contract, all claims, counter-claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 3. AFFIRMATIVE ACTION (Utilization of Minority and Women Firms [M/WBE] (Presidential Executive Order 11246, September 24, 1966) The contractor shall take all necessary affirmative steps to assure that M/WBE firms are utilized when possible as suppliers and/or subcontractors, as applicable. Prior to contract award, the contractor shall document efforts to utilize M/WBE firms, including identifying what firms were solicited as suppliers and/or subcontractors, as applicable. Information regarding certified M/WBE firms can be obtained from: ·Florida Department of Management Services, Office of Supplier Diversity, ·Florida Department of Transportation (construction services, particularly highway), ·Minority Business Development Center in most major cities, and ·Local government M/WBE programs in many large counties and cities. A firm recognized as an M/WBE by any of the above agencies is acceptable for the CDBG program. 4. AFFIRMATIVELY FURTHERING FAIR HOUSING (Title VIII of the Fair Housing Act of 1968 (42 U.S.C. 3601-3619, and implanting regulations; 24 CFR Parts 5, 91, et al.) This contract will be conducted and administered in conformity with the Fair Housing Act (42 U.S.C. 3601- 3619) and implementing regulations. 5. AGE DISCRIMINATION ACT OF 1975 (24 CFR part 146) This Act prohibits discrimination based upon age in federally assisted and funded programs or activities, except in limited circumstances. 6 . CIVIL RIGHTS COMPLIANCE The Contractor agrees to comply with applicable County and State civil rights ordinances and Title VI of the Civil Rights Act of 1964 as amended, Title VII of the 1968 Civil Rights Act, as amended by the Equal Employment Opportunity Act of 1972, Title VIII of the Civil Rights Act of 1968 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. Title VI of the Civil Rights Act of 1964. The Contractor shall comply with Title VI of the Civil Rights Act of 1964 which prohibits all recipients of federal financial assistance from discriminating based on race, color, or national origin. Title VI applies to any program or activity receiving federal financial assistance, not just housing. 16.A.11.f Packet Pg. 301 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 4 7 . COMPLIANCE WITH FEDERAL LAW, REGULATIONS AND EXECUTIVE ORDERS This is an acknowledgement that HUD financial assistance will be used to fund the contract. The contractor will comply will all applicable federal law, regulations, executive orders, HUD policies, procedures, and directives. 8 . CONFLICT OF INTEREST OF OFFICERS OR EMPLOYEES OF THE LOCAL JURISDICTION, MEMBERS OF THE LOCAL GOVERNING BODY, OR OTHER PUBLIC OFFICIALS No officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises any function or responsibility with respect to this contract, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Contractor shall cause to be incorporated in all subcontracts the language set forth in this paragraph prohibiting conflict of interest. 9 . COPYRIGHT AND PATENT RIGHTS No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The US Department of Housing and Urban Development and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor’s services. 10. DEBARMENT AND SUSPENSION (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. §180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered trans action it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.” Verification will be checked through the e x c l u d e d p a r t i e s s y s t e m l i s t at www.sam.gov. 11. DIVERSITY (Reference 2 CFR § 200.321) The County is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. All contracting and subcontracting opportunities afforded by this solicitation/contract are strongly encouraged to contribute as both Contractors and Sub-Contractors. Firms may be required to submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service-disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: http://dms.myflorida.com/other_programs/office_of_supplier_diversity_osd/ 1 2 . ENERGY EFFICIENCY STANDARDS The contractor shall comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan and issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). 16.A.11.f Packet Pg. 302 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 5 1 3 . ENVIRONMENTAL COMPLIANCE If this contract exceeds $100,000, the Contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and U.S. Environmental Protection Agency regulations (40 C.F.R. Part 15). The contractor shall include this clause in any subcontracts over $100,000. 1 4 . ENVIRONMENTAL REVIEW PROCEDURES (National Environmental Policy Act) The environmental review procedures set forth at 24 CFR part 58 must be completed for each activity (or project as defined in 24 CFR part 58), as applicable. 1 5 . EQUAL OPPORTUNITY POLICY AND PROVISIONS A. Activities and Contracts Not Subject to Executive Order 11246, as Amended (Applicable to F e d e r a l l y assisted construction contracts and related subcontracts $10,000 and under.) During the performance of this contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer seeking forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B. Executive Order 11246, as Amended (through 2014), Section 202 Equal Opportunity Clause (Applicable to contracts/subcontracts above $10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation 16.A.11.f Packet Pg. 303 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 6 of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information." (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the said labor union or worker’s representatives of the Contractor’s commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and by the Rules, Regulations, and Relevant Orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the Provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. C. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to construction contracts/subcontracts exceeding $10,000.) (a) The Offerer’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein. (b) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows: Female participation: 6.9% (statewide) Minority participation: 17.1% Collier County These goals are applicable to all Contractor’s construction work (whether or not it is federally- assisted) performed in the covered area. If the Contractor performs construction work in a geographic area located outside of the covered area, it shall apply the goals established for such geographic area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non-Federally involved construction. 16.A.11.f Packet Pg. 304 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 7 The Contractor’s c o m p l i a n c e with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3 (a), and its efforts to meet the goals established or the geographic area where the contract resulting from his solicitation is to be performed. The hours of minority and female employment or training must be substantially uniform throughout the length of the contract and in each trade the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the County within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. Contact Information: Collier County Government—CHS Section 3 Manager 3339 East Tamiami Trail E, STE 211 Ms. Kristi Sonntag Naples, Florida 34112 Telephone: 239-252-2486 Telephone 239-252-2273 kristiSonntag@colliergov.net Fax 239-252-2638 http://www.colliergov.net/your-government/divisions-a-e/community-and-human-services (d) As used in this Notice, and in the contract resulting from the solicitation, the “covered area” is the county in which the contract work is being undertaken. D. 41 CFR 60-4.3 Equal Opportunity Clauses (a). The equal opportunity clause published at 41 CFR 60-1.4(a) of this chapter is required to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is required to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all nonconstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of nonconstruction Federal contracts and subcontracts covered under the Executive order. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). 1. As used in these specifications: A. “Covered area” means the geographical area described in the solicitation from which this contract resulted; B. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. “Employer identification number” means the Federal Social Security number used on the Employer’s quarterly Federal Tax Return, U.S. Treasury Department Form 941. D. “Minority” includes: (I) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); 16.A.11.f Packet Pg. 305 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 8 (II) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central, or South American or other Spanish Culture or origin, regardless of race); (III) Asian and Pacific Islander (all persons having o r i g i n s in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Island); and (IV) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action o b l i g a t i o n s on all work i n the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractorstoward a goal in an approved Plan does not execuse any covered Contractor’s or Subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (A) through (P). of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or Federally-assisted construction contract shall apply the minority and female goals established for the geographic area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under t h e s e s p e c i f i c a t i o n s , Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. 7. The Contractor shall t a k e s p e c i f i c a f f i r m a t i v e actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensively as the following: (a) Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall 16.A.11.f Packet Pg. 306 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 9 specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization’s responses. (c) Maintain a current file of the names, addresses, and telephone n u m b e r s of each m i n o r i t y a n d female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7.(b) above. (f) Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor’s EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female recruitment students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. (j) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor’s work force. 16.A.11.f Packet Pg. 307 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 10 (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3. (l) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. (n) Ensure that all facilities and company activities are nonsegregated except that separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor’s EEO policies and affirmative action obligations. (q) Become familiar with the HUD “Questions and Answers on Sexual Harassment under the Fair Housing Act." And request a copy from the County if needed. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7) (a) through (p). The efforts of a contractor association, joint contractor- union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) (a) through (p) of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance. 9. A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out sections and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 16.A.11.f Packet Pg. 308 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 11 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensively as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its effort to ensure equal employment opportunity. If the Contractor fails to comply with the requirement of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor s h a l l designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number where assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance and upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E. Certification of Non-Segregated Facilities (Construction Contracts over $10,000) The contractor does not maintain or provide for its employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, rest rooms and wash rooms, restaurants, and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, orotherwise. The contractor further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods). F. Civil Rights Act of 1964 Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. G. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the grounds of race, color, national original, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. H. Section 503 Handicapped (Contracts $2,500 or Over) (1) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in 16.A.11.f Packet Pg. 309 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 12 employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (2) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (3) In the event of the Contractor’s noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (4) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor’s obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (6) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. I. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual’s age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual’s age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. J. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor-management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) “Genetic information” includes information about an individual’s genetic tests and the genetic tests of an individual’s family members, as well as information about the manifestation 16.A.11.f Packet Pg. 310 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 13 of a disease or disorder in an individual’s family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. I. Section 503 Handicapped (Contracts $2,500 or Over) (7) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (8) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (9) In the event of the Contractor’s noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (10) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor’s obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (11) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (12) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. J. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual’s age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual’s age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. K. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited 16.A.11.f Packet Pg. 311 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 14 from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor- management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) “Genetic information” includes information about an individual’s genetic tests and the genetic tests of an individual’s family members, as well as information about the manifestation of a disease or disorder in an individual’s family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. 1 6 . E-VERIFY (Presidential Executive Order 12989; Florida Executive Order Number 11-116) Vendors/Contractors/Subcontracts: 1. Agree to utilize the U.S. Department of Homeland Security's E-verify system to verify the employment of all new employees hired by Contractor during the contract term; and 2. Contractor shall include in related subcontracts a requirement that Subcontractors performing work or providing services pursuant to the state contract utilize the E-verify system to verify employment eligibility of all new employees hired by the Subcontractor during the contract term. 1 7 . FEDERAL LABOR STANDARDS PROVISIONS (Davis-Bacon Act, Copeland Anti-Kickback Act, and Contract Work Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. (1) (a) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. 16.A.11.f Packet Pg. 312 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 15 HUD shall approve an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iii) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 215-0140.) (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(ii) or of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (2) Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees 16.A.11.f Packet Pg. 313 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 16 and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. (3) (a) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (b) (i) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(I). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014- 1), U. S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (ii) Each payroll submitted shall be accompanied by a “Statement of Compliance”, signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(I) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other 16.A.11.f Packet Pg. 314 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 17 than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (iii) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph A(3)(b)(ii) of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph A(3)(a) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) (a) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman’s hourly rate) specified in the contractor’s or subcontractor’s registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice’s level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency 16.A.11.f Packet Pg. 315 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 18 recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. (ii) Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor (USDOL) set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the USDOL, or the employees or their representatives. 16.A.11.f Packet Pg. 316 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 19 (10) (a) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (c) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., “Federal Housing Administration transactions”, provides in part “Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false… shall be fined not more than $5,000 or imprisoned not more than two years, or both.” (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in the paragraph, the terms “laborers” and “mechanics” include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in 16.A.11.f Packet Pg. 317 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 20 the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96). (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 1 8 . GRANTEE RECOGNITION (ADVERTISEMENT/PUBLIC NOTICE) All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to the funding source. The Contractor will mount a temporary construction sign for projects funded by Housing Urban Development through Collier County Community and Housing Services. The design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The Construction sign shall comply with applicable County codes. 1 9 . GUIDANCE TO CONTRACTOR FOR COMPLIANCE WITH LABOR STANDARDS PROVISIONS A. Contracts with T wo Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. B. Complying with Minimum Hourly Amounts (1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the “Rates” and “Fringe Benefits” (if any) columns of the applicable wage decision. (2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the “Rates” and “Fringe Benefits” columns. 16.A.11.f Packet Pg. 318 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 21 (3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. (4) The hourly value of the fringe benefit is calculated by dividing the contractor’s annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis-Bacon and Related Acts has been satisfied.) C. Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis-Bacon and related acts only establish minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses “basic rate of pay” as the base for calculation, not the minimum rates established by the Davis-Bacon and related acts.) D. Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court-ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. E. Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner’s representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The USDOL must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. F. Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis-Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis-Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for 16.A.11.f Packet Pg. 319 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 22 the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. G. Sole Proprietorships / Independent Contractors / Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as “owner” is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. H. Apprentices/Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of the journeyman rate. For Davis-Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the “trade” depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a “helper”. As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. 20. HISTORIC PRESERVATION The Contractor shall comply with the historic preservation requirements of 24 CFR 58.17 and the Secretary of the Interior’s Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and with all other environmental regulatory requirements. D. Historic Preservation: The contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Cou ncil on Historic reservation Procedures for Protection of Historical Properties. 21. LOBBY PROHIBITION (a) No funds or other resources received from the Department under this Agreement may be used directly or indirectly to influence legislation or a ny other official action by the Florida Legislature or any state agency. (b) The contractor/vendor certifies, by its signature to this Agree ment, that to the best o f his or her knowledge and belief; 16.A.11.f Packet Pg. 320 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 23 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency," a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall co mplete and submit Standard Form- LLL, "Disclosure For m to Report Lobbying." The contractor/vendor shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. 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 b y Section 1352, Title 31, U.S. Code. Any p erson who fails to file the required certification shall be subject to a civil penalty o f not less than $10,000 and not more than $100,000 for each such failure. 2 2 . NO THIRD-PARTY OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 2 3 . NONDISCRIMINATION UNDER FEDERAL GRANTS AND PROGRAMS (Section 504, Rehabilitation Act of 1973; 29 USC § 794) a) Section 504 prohibits discrimination based upon disability in all programs or activities operated by recipients of federal financial assistance. b) Section 794. No otherwise qualified individual with a disability in the United States, as defined in section 705(20) of this title, shall, solely by reason of her or his disability, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance or under any program or activity conducted by any Executive agency. 2 4 . PROCUREMENT OF RECOVERED MATERIALS (Reference 2 CFR § 200.322) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/. The list of EPA-designate items is available at https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program. 2 5 . PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OF RELATED ACTS The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract. 26. RECORD KEEPING AND DOCUMENTATION The Recipient, its emplo yees or agents, including all contractors, subcontractors or consultants to be paid from funds under this Agree ment, shall allo w access to its records at reasonable times to the Departments, its employees and agents. “Reasonable” shall ordinarily mean during normal 16.A.11.f Packet Pg. 321 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 24 business hours of 8a m to 5p m local time, on Monday through Friday. “Agents” shall include, but not be limited to, auditors retained by the Department. i. The Contractor shall maintain all records required by the grantor. ii. All reports, plans, surveys, information, documents, maps and other data procedures developed, prepared, assembled, or completed by the Contractor for the purpose of this Agreements shall be made available to the County by the Contractor at any time upon request by the County or HUD. Upon co mpletion of all work contemplated under this agreement copies of all documents and records relating to this agree ment shall be surrendered to the County if requested. In any event the sub-recipient shall keep all documents for six (6) years after the expiration of this agreement. 2 7 . RELIGIOUS ORGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religions organizations. Section 24 CFR 570.200(j) specifies the limitations on CDBG funds. 2 8 . RETENTION OF RECORDS The contractor shall retain all records relating to this contract for six years after the local government makes final payment and all other pending matters are closed. 2 9 . “SECTION 3” TRAINING, EMPLOYMENT AND BUSINESS OPPORTUNITIES (1) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12U.S.C. 1701u (section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. (2) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. (3) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the S ection 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. (4) The contractor agrees to include this S ection 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. (5) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. (6) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of 16.A.11.f Packet Pg. 322 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 25 this contract for default, and debarment or suspension from future HUD assisted contracts. (7) With respect to work performed in connection with S ection 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with S ection 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 30. TERMINATION FOR CAUSE AND / OR CONVENIENCE (OVER $10K) 2. TERMINIATION FOR CAUSE AND / OR CONVENIENCE A. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (2) an opportunity for consultation with the terminating party prior to termination. B. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in 1.(A) above. C. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any addit ional costs to the local government because of the contractor’s default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. D. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise) and (2) deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. E. Upon termination, the local government may take over the work and m a y a war d a not her party a contract to complete the work described in this contract. F. If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the local government. In such event, adjustment of the contract price shall be made as provided in paragraph (c) above. 16.A.11.f Packet Pg. 323 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 26 31. TRANSPARENCY ACT Unless exempt under 2 CFR § 170.11 O(b), the Contractor shall comply with the reporting requirements of the Transparency Act as expressed in 2 CFR Part 170. 3 2 . UNIFORM RELOCATION ASSISTANCE AND REAL PROPERTY ACQUISITION ACT OF 1970 The Contractor shall certify they have in effect and are following a Residential Antidisplacement and Relocation Assistance Plan (RARAP) and comply with the Section 104(d) and implementing regulation 24 CFR Part 42 for Federal or federally funded projects. 16.A.11.f Packet Pg. 324 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 27 STATE CONTRACT PROVISIONS Administrative Procedures Act, Section 120.57(2), F.S. Additional procedures for particular cases. In a matter initiated as a result of agency action proposing to determine the substantial interests of a party, the party’s timely petition for hearing may challenge the proposed agency action based on a rule that is an invalid exercise of delegated legislative authority or based on an alleged unadopted rule. Discriminatory Vendors List, Section 287.134, F.S. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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. Equal Employment Opportunity The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Inspector General Cooperation The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom. Interest of Public Officials No member, officer, or employee of the public body or of a local public body during his tenure or for two years 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. No member, officer, or employee of the County or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Lobbying No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. 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. Public Entity Crime a) No member, officer 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 any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or 16.A.11.f Packet Pg. 325 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 28 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, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Restrictions, Prohibits, Controls, and Labor Provisions During the performance of this contract, the following provisions are to be included in each subcontract entered into pursuant to this contract: 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 any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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 Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids 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. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the County. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the County or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the County, the County, with prior approval of the Florida Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency 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." 16.A.11.f Packet Pg. 326 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 29 STATE AND FEDERAL STATUTES AND REGULATIONS By signature of this Agreement, the contractor hereby certifies that it will comply with the following (as applicable) federal and state requirements: 1. Community Development Block Grant Disaster 2. Recovery Emergency Rule 9BER09-2; The Solid W aste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1975 (42 U.S.C., s. 6901 et.seq.); 3. Florida Small and Minority Business Act, s. 288.702- 288.714, F.S.; 4. Florida Coastal Zone Protection Act, s. 161.52- 161.58, F.S.; 5. Local Government Comprehensive Planning and Land Development Regulation Act, Ch. 163, F.S.; 6. Title I of the Housing and Community Development 7. Act of 1974, as amended 8. Treasury Circular 1075 regarding drawdown of CDBG funds. 9. Sections 290.0401-290.049, F.S.; 10. Rule Chapter 9B-43, Fla. Admin. Code.; 10. Department of Community Affairs Technical Memorandums; 11. HUD Circular Memorandums applicable to the Small Cities CDBG Program; 12. Single Audit Act of 1984; 13. National Environmental Policy Act of 1969 and other provisions of law which further the purpose of this Act; 14. National Historic Preservation Act of 1966 (Public Law89- 665) as amended and Protection of Historic Properties (24C.F.R. Part 800); 15. Preservation of Archaeological and Historical Data Act of 1966; 16. Executive Order 11593 - Protection and Enhancement of Cultural Environment; 17. Reservoir Salvage Act; 18. Safe Drinking W ater Act of 1974, as amended; 19. Endangered Species Act of 1958, as amended; 20. Executive Order 12898 - Environmental Justice 21. Executive Order 11988 and 24 C.F.R. Part 55 – Floodplain Management; 22. The Federal W ater Pollution Control Act of 1972, as amended (33 U.S.C., s. 1251 et. seq.); 23. Executive Order 11990 -Protection of W etlands; 24. Coastal Zone Management Act of 1968, as amended; 25. W ild and Scenic Rivers Act of 1968, as amended; 26. Clean Air Act of 1 977; 27. HUD Environmental Standards (24 C.F.R. Part 58); 28. Farmland Protection Policy Act of 1981; 29. Clean W ater Act of 1977; 30. Davis- Bacon W age Rate Act; 31. Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. s. 327 et. seq; 32. Florida Statute 287.134, Discriminatory Vendors List 33. The Wildlife Coordination Act of 1958, as amended; Noise Abatement and Control: Departmental Policy Implementation, Responsibilities, and Standards, 24 C.F.R. Part 51, Subpart B; 34. Flood Disaster Protection Act of 1973, P.L 92-234; 35. Protection of Historic and Cultural Properties under HUD Programs, 24 C.F.R. Part 59; 36. Coastal Zone Management Act of 1972, P.L 92-583; 37. Architectural and Construction Standards; 38. Architectural Barriers Act of 1968,42 U.S.C. 4151; 39. Executive Order 11296, relating to evaluation of flood hazards; 40. Executive Order 11288. relating to prevention, control and abatement of water pollution; 41. Cost-Effective Energy Conservation Standards, 24 C.P.R. Part 39; 42. Section 8 Existing Housing Quality Standards, 24 C.F.R. Part 882; 43. Coastal Barrier Resource Act of 1982; 44. Federal Fair Labor Standards Act, 29 U.S.C., s.201 et. seq.; 45. Title VI of the Civil Rights Act of 1964 Non discrimination; 46. Title VII of the Civil Rights Act of 1968 Non- discrimination in housing; 47. Age Discrimination Act of 1975; 48. Executive Order 12892- Fair Housing 49. Section 109 of the Housing and Community Development Act of 1974, Non-discrimination; 50. Section 504 of the Rehabilitation Act of 1973 and 24 C.F.R. Part 8; 51. Executive Order 11063 - Equal Opportunity in Housing; 52. Executive Order 11246- Nondiscrimination; 53. Section 3 of the Housing and Urban Development Act of 1968, as amended – Employment Training of Lower Income Residents and Local Business Contracting; 54. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L., 100-17, and 49 C.F.R. Part 24; 55. Copeland Anti-Kickback Act of 1934; Hatch Act; 56. Title N Lead-Based Paint Poisoning Prevention Act (42 U.S.C., s. 1251 et. seq.); 57. OMB 2 CFR Part 200 58. Administrative Requirements for Grants, 24 C.F.R. Part 85; 59. Section 02 of the Department of Housing and Urban Development Reform Act of 1989 and 24 C.F.R. Part 12. 16.A.11.f Packet Pg. 327 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 30 SECTION 3 REQUIREMENTS What is Section 3? Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and individual self-sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low- or very-low income residents in connection with projects and activities in their neighborhoods. How does Section 3 promote self- sufficiency? Section 3 is a starting point to obtain job training, employment and contracting opportunities. From this integral foundation coupled with other resources comes the opportunity for economic advancement and self- sufficiency. • Federal, state and local programs • Advocacy groups • Community and faith-based organizations How does Section 3 promote homeownership? Section 3 is a starting point to homeownership. Once a Section 3 resident has obtained employment or contracting opportunities they have begun the first step to self-sufficiency. Remember, “It doesn’t have to be fields of dreams”. Homeownership is achievable. For more information visit our HUD website. Who are Section 3 residents? Section 3 residents are: • Public housing residents or • Persons who live in the area where a HUD-assisted project is located and who have a household income that falls below HUD’s income limits as provided below. SECTION 3 INCOME LIMITS (FY 2019 Income Limits from www.huduser.org) All residents of public housing developments and those participating on the Section 8 program qualify as Section 3 residents. Additionally, individuals residing in Collier County who meet the income limits set forth below also qualify for Section 3 status. A picture identification and proof of current residency is required. Eligibility Guidelines Number in Household Very low-income (50%) Low income (80%) 1 person $27,450 $43,900 2 person $31,350 $50,150 3 person $35,250 $56,400 4 person $39,150 $62,650 5 person $42,300 $67,700 6 person $45,450 $72,700 7 person $48,550 $77,700 8 person $51,700 $82.700 Determining Income Levels • Low income is defined as 80% or below the median income of that area. • Very low income is defined as 50% or below the median income of that area. What is a Section 3 business concern? A business that: • Is 51 percent or more owned by Section 3 residents; • Employs Section 3 residents for at least 30 percent of its full-time, permanent staff; or • Provides evidence of a commitment to subcontract to Section 3 business concerns, 25 percent or more of the dollar amount of the awarded contract. 16.A.11.f Packet Pg. 328 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FPC - 31 What programs are covered? Section 3 applies to HUD-funded Public and Indian Housing assistance for development, operating, and modernization expenditures. Section 3 also applies to certain HUD-funded Housing and Community Development projects that complete housing rehabilitation, housing construction, and other public construction. What types of economic opportunities are available under Section 3? • Job training • Employment • Contracts Any employment resulting from these expenditures, including administration, management, clerical support, and construction, is subject to compliance with Section 3. Examples of Opportunities include but not limited to the list identified: • Accounting • Architecture • Appliance repair • Bookkeeping • Bricklaying • Carpentry • Carpet Installation • Catering • Cement/Masonry • Computer/Information • Demolition • Drywall • Elevator Construction • Engineering • Fencing • Florists • Heating • Iron Works • Janitorial • Landscaping • Machine Operation • Manufacturing • Marketing • Painting • Payroll Photography • Plastering • Plumbing • Printing Purchasing • Research • Surveying • Tile setting • Transportation • Word processing 16.A.11.f Packet Pg. 329 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FCP-32 Who will award the economic opportunities? Recipients of HUD financial assistance will award the economic opportunities. They and their contractors and subcontractors are required to provide, to the greatest extent feasible, economic opportunities consistent with existing Federal, State, and local laws and regulations. Who receives priority under Section 3? For training and employment: • Persons in public and assisted housing • Persons in the area where the HUD financial assistance is spent • Participants in HUD Youthbuild programs • Homeless persons For contracting: Businesses that meet the definition of a Section 3 business concern How can businesses find Section 3 residents to work for them? Businesses can recruit Section 3 residents in public housing developments and in the neighborhoods where the HUD assistance is being spent. Effective ways of informing residents about available training and job opportunities are: • Contacting resident organizations, local community development and employment agencies • Distributing flyers • Posting signs • Placing ads in local newspapers Are recipients, contractors, and subcontractors required to provide long- term employment opportunities, not simply seasonal or temporary employment? Recipients are required, to the greatest extent feasible, to provide all types of employment opportunities to low and very low-income persons, including permanent employment and long-term jobs. Recipients and contractors are encouraged to have Section 3 residents make up at least 30 percent of their permanent, full-time staff. A Section 3 resident who has been employed for 3 years may no longer be counted towards meeting the 30 percent requirement. This encourages recipients to continue hiring Section 3 residents when employment opportunities are available. What if it appears an entity is not complying with Section 3? There is a complaint process. Section 3 residents, businesses, or a representative for either may file a complaint if it seems a recipient is violating Section 3 requirements are being on a HUD-funded project. Will HUD require compliance? Yes. HUD monitors the performance of contractors, reviews annual reports from recipients, and investigates complaints. HUD also examines employment and contract records for evidence that recipients are training and employing Section 3 residents and awarding contracts to Section 3 businesses. 16.A.11.f Packet Pg. 330 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FCP-33 How can Section 3 residents or Section 3 business concerns allege Section 3 violations? You can file a written complaint with either the regional or local offices below. ATLANTA REGIONAL OFFICE U.S. Department of Housing and Urban Development Southeast Office 40 Marietta Street Atlanta, GA 30303 (404) 331-5140 (800) 440-8091 Fax: (404) 331-1021 Email: complaints_office_04@hud.gov LOCAL HUD FIELD OFFICE Public Housing and Community Development; 701 NW 1st Court, 16th Floor; Miami, FL 33136 Section3@miamidade.gov A written complaint should contain: • Name and address of the person filing the complaint • Name and address of subject of complaint (HUD recipient, contractor or subcontractor) • Description of acts or omissions in alleged violation of Section 3 • Statement of corrective action sought i.e. training, employment or contracts Additional information may be found at HUD’s Section 3 website http://portal.hud.gov/hudportal/HUD?src=/program_offices/fair_housing_equal_opp/section3/section3 16.A.11.f Packet Pg. 331 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.A FEDERAL CONTRACT PROVISIONS FCP-34 DAVIS BACON ACT IS APPLICABLE YES NO 16.A.11.f Packet Pg. 332 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 1 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE GCA - 2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA - 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions GCA - 4 Conflict of Interest GCA - 5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA - 6 Acknowledgement of Grant Terms and Conditions GCA - 7 Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) GCA - 8 Certification of Payments to Influence Federal Transactions 16.A.11.f Packet Pg. 333 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 2 (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 (l)(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 _________________________ ________________________________________ Street Address DUNS Number _________________________________________________________________________ City, State, Zip 24 CFR 24.510 & 24 CFR, Part 24, Appendix A COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions 16.A.11.f Packet Pg. 334 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 3 COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. ______________________________ ______________________________ Name Local Government ______________________________ ______________________________ Title Tax ID Number ______________________________ ______________________________ Firm DUNS Number ______________________________ Street Address ______________________________ City, State, Zip ______________________________ Date 16.A.11.f Packet Pg. 335 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 4 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 16.A.11.f Packet Pg. 336 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 5 16.A.11.f Packet Pg. 337 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 6 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a cop y of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterl y report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ 02/15 R3 16.A.11.f Packet Pg. 338 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 7 COLLIER COUNTY Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) In accordance with the First Amendment of the United States Constitution "church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non-religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of m y organization's project depends upon compliance with the requirements contained in this agreement. (Company) (Signature) (Date) (Print Name) 16.A.11.f Packet Pg. 339 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements EXHIBIT I.B GRANT CERTIFICATIONS AND ASSURANCES GCA - 8 COLLIER COUNTY Certification of Payments to Influence Federal Transactions HUD COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM The undersigned 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 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 this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I hereby certify that all the information stated herein, as well as any information provided in the accompaniment herewith, is true and accurate. Warning: HUD will prosecute false claims and statements. Conviction may result in criminal and/or civil penalties. (18 U.S.C. 1001, 1010, 1012; 31 U.S.C. 3729, 3802) Name of Authorized Official Title Signature Date 16.A.11.f Packet Pg. 340 Attachment: EXH I.A and 1.B Federal Provisions and Assurances HUD 14.2XX 5.14.19 (11718 : Naples Manor Stormwater Improvements 16.A.11.g Packet Pg. 341 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 342 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 343 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 344 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 345 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 346 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering 16.A.11.g Packet Pg. 347 Attachment: Exh. I.B Grant Certifications and Assurances - Q. Grady (11718 : Naples Manor Stormwater Improvements Preliminary Engineering