Loading...
Agenda 07/28/2020 Item #16D1 (09/08/2020 Item #16F1E for 07/28/2020 Absentia)16.D.1 07/28/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Kimley-Horn and Associates, Inc., concerning Request for Professional Services ("RPS") # 20-7691RR, "Comprehensive Operations Analysis Study," for the Collier Area Transit bus system and operations, and if 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 future meeting. OBJECTIVE: To negotiate a contract for the Public Transit & Neighborhood Enhancement ("PTNE") Division's "Comprehensive Operations Analysis Study." CONSIDERATIONS: On April 3, 2020, the Procurement Services Division released notices of RPS # 20-7691RR, Comprehensive Operations Analysis Study ("COA"), seeking proposals from qualified transit analysis and policy professionals to produce a study for the Collier Area Transit ("CAT") bus system and its operations. A major Transit Development Plan ("TDP") is concurrently under development by the Collier Metropolitan Planning Organization, so it is expected that the selected firm will coordinate with the firm conducting the TDP to ensure a quality product is achieved for both the TDP and COA. The TDP and COA will provide a unique opportunity to evaluate CAT's fixed -route bus system performance and illustrate potential technological and system enhancements and define operational standards to benefit the overall transit system. The COA will address and evaluate the system holistically and will inform CAT decision -makers of the most operationally effective areas to direct resources to ensure funding is spent appropriately and effectively. The County notified 19,031 firms, seventy-seven (77) firms viewed the solicitation package, and staff received three proposals by the May 8, 2020 deadline. A selection committee convened on June 5, 2020, scored each of the proposals and shortlisted the top three firms. On June 23, 2020, the selection committee reconvened for hybrid presentations and ranked the firms as follows: Firm Names Final Ranking Kimley-Horn and Associates, Inc. 1 Connetics Transportation Group 2 Via Transportation, Inc. 3 Staff recommends negotiating with the top -ranked firm, Kimley-Horn and Associates, Inc. Subject to the Board's approval, staff will begin contract negotiations as required by the Consultants' Competitive Negotiation Act, Florida Statutes § 287.055, with Kimley-Horn and Associates Inc. If staff is unable to reach an agreement with the number one ranked firm, staff will continue negotiating with the remaining firms in ranked order. Approval of this item by the County Manager is subject to formal ratification by the Board of County Commissioners. If the decision by the County Manager is not ratified by that Board, this item shall be enforceable against Collier County only to the extent authorized by law in the absence of such ratification by that Board. FISCAL IMPACT: There is no Fiscal impact at this time. If the contract is awarded, it will be funded with Federal Transit Administration grant funds. The negotiated contract and BA will be brought to the Board on a future agenda. Packet Pg. 302 07/28/2020 16.D.1 GROWTH MANAGEMENT IMPACT: This action supports the goals and objectives of the Transportation Element of the Growth Management Plan. 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 and authorize staff to enter into contract negotiations with Kimley-Horn and Associates Inc., concerning Request for Professional Services # 20-7691RR, "Comprehensive Operations Analysis Study," for the Collier Area Transit bus system and operations, and if 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 future meeting. Prepared By: Zachary Karto, Senior Planner, Public Transit and Neighborhood Enhancement Division ATTACHMENT(S) 1.20-7691RR Solicitation (PDF) 2.20-7691 RR NORA (PDF) 3.20-7691 RR Addendum 1 (PDF) 4.20-7691RR Final Ranking (PDF) 5. [linked] 20-7691RR Kimley-Horn Proposal (PDF) Packet Pg. 303 16.D.1 07/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.1 Doe ID: 12830 Item Summary: Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Kimley-Horn and Associates Inc., concerning Request for Professional Services #20-7691RR, "Comprehensive Operations Analysis Study" for the Collier Area Transit bus system and operations; and if 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 of County Commissioners' consideration at a future meeting. Meeting Date: 07/28/2020 Prepared by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 07/01/2020 11:50 AM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh — Public Transit & Neighborhood Enhancement Name: Michelle Arnold 07/01/2020 11:50 AM Approved By: Review: Public Transit & Neighborhood Enhancement Michelle Arnold Public Transit & Neighborhood Enhancement Judy Sizensky Community & Human Services Blanca Aquino Luque Additional Reviewer Public Transit & Neighborhood Enhancement Omar Deleon Operations & Veteran Services Kimberley Grant Level 1 Reviewer Procurement Services Viviana Giarimoustas Additional Reviewer Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Public Services Department Todd Henry Level 1 Division Reviewer Grants Erica Robinson Level 2 Grants Review Grants Carrie Kurutz Additional Reviewer Public Services Department Steve Carnell Level 2 Division Administrator Review County Attorney's Office Scott Teach Level 2 Attorney Review Additional Reviewer Completed Additional Reviewer Completed Completed 07/02/2020 10:48 AM Additional Reviewer Completed Completed 07/06/2020 10:24 AM Completed 07/13/2020 8:55 AM Completed 07/13/2020 9:12 AM Completed 07/15/2020 1:54 PM Completed 07/15/2020 4:14 PM Completed 07/16/2020 8:05 AM Completed 07/16/2020 8:24 AM Completed 07/16/2020 2:44 PM Completed 07/20/2020 4:26 PM Completed 07/22/2020 10:55 AM Packet Pg. 304 16.D.1 07/28/2020 Office of Management and Budget County Attorney's Office Budget and Management Office Grants County Manager's Office Board of County Commissioners Debra Windsor Level 3 OMB Gatekeeper Review Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Ed Finn Additional Reviewer Therese Stanley Additional Reviewer Leo E. Ochs Level 4 County Manager Review MaryJo Brock Meeting Pending Completed 07/22/2020 10:59 AM Completed 07/22/2020 1:49 PM Completed 07/23/2020 10:22 AM Completed 07/24/2020 12:17 PM Completed 07/27/2020 9:31 AM 07/28/2020 9:00 AM Packet Pg. 305 16.D.1.a HS Collier County Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR COMPREHENSIVE OPERATIONS ANALYSIS (COA) STUDY RIPS NO.: 20-7691RR VIVIANA GIARIMOUSTAS, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8375 Viviana.Giarimoustas@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. Packet Pg. 306 SOLICITATION PUBLIC NOTICE 16.D.1.a REQUEST FOR PROFESSIONAL 20-7691RR SERVICES (RPS) NUMBER: PROJECT TITLE: Comprehensive Operations Analysis (COA) Study RPS OPENING DAY/DATE/TIME: Friday, April 24, 2020 3:00 PM EST PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas INTRODUCTION As requested by the Public Transit and Neighborhood Enhancement Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Collier Area Transit (CAT), a section of the Public Transit and Neighborhood Enhancement Division, is responsible for planning, managing and operating the public transit facilities and services within Collier County. CAT provides scheduled fixed route, express bus service, and demand response paratransit service to the unincorporated areas and municipalities within Collier County The Division is seeking proposals from qualified transit analysis and policy professionals to produce a Comprehensive Operational Analysis (COA) of the CAT bus system and its operations. A major Transit Development Plan (TDP) is being concurrently developed, so it is expected that the selected firm will coordinate with the firm conducting the TDP to ensure a quality product is achieved for both the TDP and COA. BACKGROUND The Collier Metropolitan Planning Organization (MPO), conducts transportation planning activities within Collier County and is the recipient of Federal Transit Administration (FTA) §5305(d) grant funding. The MPO, as the project manager, but in coordination with the Division is helping complete the major TDP update for fiscal years 2020 - 2029. Along with a major TDP update, CAT is seeking to complete a COA. Due to the TDP being completed concurrently to the COA, it is expected that there is complete synchronization between the firm completing the TDP and the firm completing the COA. The TDP and COA will provide a unique opportunity to evaluate CAT's fixed -route bus system performance and illustrate potential technological and system enhancements and define operational standards to benefit the overall transit system. The COA will address and evaluate the system holistically. The COA will inform CAT decision makers of the most operationally effective areas to direct resources to ensure funding is spent appropriately and effectively. The COA will look into both current and projected conditions within the current and recommended serviceable areas. Similar to the national trend, CAT has seen a steady decline in ridership. However, Collier County is experiencing population growth with significant traffic congestion issues. In efforts to reverse the ridership trend and help alleviate traffic congestion, CAT is interested in undergoing a critical period of re-evaluation with regards to its core local bus service and transportation alternatives. There is a need to transition away from sometimes isolated, individual modes and instead look to the spectrum of available options and how they serve overall mobility. A robust evaluation of existing service coupled with a vision for transit guided by data, intergovernmental coordination and public input shall be the goal of this effort. CAT is looking for innovative, creative, and progressive solutions to enhance the transit system for the citizens of Collier County to proactively meet their transit and mobility needs, so a robust and all- inclusive COA is required. 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. 0 M 2 0 on W ti 0 N m E s M Q Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. Packet Pg. 307 CAT is presenting an outline of minimum components to include in the Analysis, but contractors may recommend alternative components. Minimum Components: • Data Collection & Analysis; On -Board Survey, Ridechecks and other Primary Data Collection; Fixed Route Operational Assessment; N m • Other Related Analyses; a m • Documentation & Summary of Findings; • Operational Improvement Recommendations. The COA is intended to be an all-inclusive analysis of CAT's fixed -route bus system, to provide CAT with information necessary for c programming, planning, and effective system operation. The effort must be in conjunction with the needs/wants identified within the c TDP. An analysis that does not consider the rapid transformation underway in mobility will be insufficient to meet the needs of this scope. > Some Key Objectives: W (1) Examine and analyze the existing route network as well as an assessment of mobility needs of existing and potential 'y passengers. Aligning the findings of this information to design routing/service to better meet the needs of the > M community. Q (2) Assess performance of individual routes in the systems to help prioritize service development needs. c 0 (3) Identify service design strategies to more effectively deliver transit service. L (4) Analyze Transfer activity and passenger traffic at major transfer points to improve customer travel time and experience. n O (5) Identify locations for new transfer centers throughout the urban area to accommodate network growth, route realignments and 0 customer travel choices. y c (6) Develop a comprehensive, staged approach to service modifications, improvements and new services to be implemented over z three (3) time frames. n Some Key Concepts: E 0 (1) Realigning the fixed -route network based on findings from public involvement and key performance indicators from the .. comprehensive operational analysis; M ao (2) Enhanced regional integration served by cross county routes, explore a multi -agency fare collection system and data and technical memoranda with adjacent Lee County; c (3) Coordination between modes that identifies the most appropriate service option for the density and travel market it will '2 serve. Layering and integrating services into a seamless mobility whole; (4) Performance measurement of comprehensive mobility in addition to individual modes. �o The COA must provide a recommendation for CAT's operational requirements for three (3) time horizons; near -term (1-2 years), W short-range (3-4 years) and mid-term (5+ years). It will evaluate projects identified in prior years and concurrent TDP C'n Implementation Plan, recommend route changes designed to improve service efficiency, apply resources where they are most W needed, and modernize the route network based upon current andprojected conditions within the service area. G N Additionally, a premium will be placed on the production of an easily accessible document which brings the most important = information to the forefront. Consultant team should consider use of high impact visuals, infographics and use other methods to synthesize and efficiently convey information throughout the document in lieu of dense narratives which a reader must unpack. The ability to say more with less is essential to the COA. Supportive data should be moved into the appropriate Appendices. Q Packet Pg. 308 16.D.1.a Task 1: Proiect Management a. In order to effectively foster the project through to completion, Contractor shall identify a single project lead to coordinate all COA activities and actively manage the project schedule. Upon award and prior to notice to proceed, a draft schedule shall be provided to CAT indicating both regularly scheduled and milestone driven project team meetings. b. Each of the following tasks and sub -tasks shall require a technical memorandum to be provided upon completion for CAT review and comment with up to a 15-day review and subsequent 30-day revision window. In addition to the technical memorandums, consultant team shall be responsible for the production of a draft COA and comprehensive list of Operational Improvements and Recommendations shall be delivered no later than September 15, 2020. The final COA document shall be delivered no later than December 15, 2020. Task 2• COA w m Subtask 2.1: Public Involvement a L a. Contractor shall: 0 i. Outline a Public Involvement Plan (PIP) that demonstrates a comprehensive public engagement strategy will be c° :r established for the ability to conduct an in-depth market analysis that the COA requires; and 0 ii. Outline a high-level tactic that leverages the large amount of existing outreach performed in recent years and acquires m only the necessary new data. b. Define a public involvement process for the COA that: i. Uses emerging channels to reach users and non -users of the public transportation system, demonstrating within their A proposal how these have been successfully used in other projects; �+ ii. Identifies potential major events to target public outreach activities during the PIP phase; 0 < Q iii. Defines a process to reach all demographic groups including commuters, students, transportation disadvantaged, c senior citizens, and disabled community; }, c� iv. Solicits input from riders whose primary transportation is transit, riders who may use transit occasionally for certain L Q. trips, non -riders that would like to use transit at least for some trips, and those who don't consider transit an option to O meet their transportation needs; d v. Ensure that questions raised throughout the process are considered, responded to, documented and synthesized; and m vi. Complies with federal civil rights and environmental laws and regulations. i c. Gathering the communities' transportation priorities within public involvement plans is typically addressed via surveys and a E public meetings. However, a considerable amount of existing outreach is available for analysis, allowing the contractor to V draw from these sources and not duplicate costly efforts to obtain already available information. d. Collier County would like to see a proposed Public Participation Plan (PPP) that: 0 N ii. Identifies relevant, already completed outreach activities and matches that existing outreach to public involvement v plan needs; o iii. Identifies gaps and proposes public involvement activities to fill those gaps; and iv. Conducts activities needed for outreach to fulfill the PPP. 'o e. CAT Performance: co An assessment of CAT service performance shall be a combination of multiple sources of information. A documentation Cn of performance analysis may come from the COA, feedback from the community informed by the public involvement ti process, as well as KPI history. N f. The role of technology within the agency shall be documented as it exists within the organization. Subtask 2.2: Analysis of Alternatives m E a. Collier County will be conducting a Comprehensive Operational Analysis concurrent to the TDP. The modeling z cc information developed for the TDP will also be used as part of the analysis for planning future system improvements for Q the COA. The data derived from the TDP should be incorporated into the COA, so coordination with the firm completing the TDP is necessary. A number of service alternatives shall emerge from options generated by the COA effort. A process to consider all of these options shall be clear, concise and supported by methodical and relevant analysis. b. The key to this subtask will be a TBEST or similar modeling methods which shall standardize metrics to compare alternatives and evaluate scenarios. Models and analysis packages produced as part of this study shall be exported into distribution files, transferred and become property of CAT with delivery of the final reports. Packet Pg. 309 Subtask 2.3: Prepare and Present Study 16.D.1.a a. Prepare and Present Draft Study The selected consultant will prepare an administrative draft for review and presentation to the Public Transit Advisory Committee. b. Prepare and Present Final Study The consultant will consider and incorporate comments received (on the administrative draft) into the final study. The Task 3: Document Production and Delivery a. The COA should have an executive summary, a brief yet easily digestible synthesis of work done, and most importantly, findings and/or recommendations that shall inform actions CAT could take upon delivery of the documents. This deliverable extends beyond a restatement of the documents produced by hosting an impactful consolidation with a narrative and key theme. Electronic versions shall be provided in both PDF and Microsoft Word, in addition to 5 printed copies. Consultant will help prepare a presentation for CAT Staff to present to the Public Transit Advisory Committee. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 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 Finn 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled "PPS Instructions" included with this advertisement. 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:Hdos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 310 DocuSign Envelope ID: 685C4FB5-98B3-4FA0-A7B3-E394177B51A5 ',, 16.D.1.b 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7691RR Title: Comprehensive Operations Analysis Study Due Date and Time: 5/8/2020 10:00 AM Respondents: Company Name City County State Final Ranking Responsive/Responsible Kimley-Horn and Associates Inc. Raleigh Wake NC 1 Yes/Yes Connetics Transportation Group Atlanta Fulton GA 2 Yes/Yes Via Transportation Inc. New York NY NY 3 Yes/Yes Utilized Local Vendor Preference: Yes = No - Recommended Vendor(s) For Award: On April 3, 2020 the Procurement Services Division released notices of Request for Professional Services 20- 7691RR Comprehensive Operations Analysis. 19,031 firms were notified, 77 firms viewed the bid information and three (3) proposals were received on May 8, 2020. The Selection Committee convened on June 5, 2020. The Committee scored each of the proposals and shortlisted in the following order: Connetics Transportation Group Kimley-Horn and Associates Inc. Via Transportation Inc. On June 23, 2020 the Selection Committee reconvened for hybrid presentations and the Committee ranked the firms as shown above. Staff is recommending negotiations with the top ranked firm, Kimley-Horn and Associates Inc. Required Signatures DocuSigne y: Project Manager 6/24/2020 Zachary Karto 6 Procurement Strategist: DocuSigned by: 6/24/2020 Viviana Giarimoustas Procurement Services Director: DocuSigned by: 5.79 N Sandra Herrera 6/29/2020 Date Packet Pg. 311 16.D.1.c Collier CoHnty Administrative Services Division Procurement Services Date: April 15, 2020 Email: Viviana.Giarimoustas@colliercountyfl.gov Telephone: (239) 252-2667 Addendum 1 From: Viviana Giarimoustas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation 20-7691RR Comprehensive Operations Analysis Study The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. This solicitation is being extended to Friday, May 8, 2020 10:00 AM EST. RPS opening is via conference call only. Phone number 239-252-7205, access code 212121. If you require additional information please post a question on our Bid Sync (www.bidsytic.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) (Name of Firm) Date Packet Pg. 312 16.D.1.d Co� County Administbve SeNces Dinon Pmcmement Services RPS #: 20-7691RR Title: Comprehensive Operations Analysis (COA) Study Selection Committee Final Ranking Sheet Step 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. Name of Firm Zachary Josephine Elena Joshua Gabriela Total Selection Committee Final Rank Kimley-Horn and Associates Inc. 1 1 1 2 1 6 1.0000 Connetics Transportation Group 2 2 2 1 2 9 2.0000 Via Transportation Inc. 3 3 3 3 3 15 3.0000 Procurement Professional I `via WM gkvaf�tw Page 1 of 1 Packet Pg. 313 IVEOPERaJIQ' �lol ST11C colt o Ap" ■w , ■ ��002.2 Collier County section IhOMPREHENSIVE OPERATIONS ANALYSIS (COA) STUDY SOLICITATION 204691 RR TABLE OF CONTENTS Tab Ability of Professional Personnel 0 --------------------------------------------------------------------------------------------------------------- Past Perform Project Approach, Willingness to Meet Time and Budget Requirements 0_ Recentl Current, and Projected Workloads of the Firm 0 Required Forms Kimley >> Horn May 8, 2020 Collier County 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 Re: Solicitation 20-7691 RR; Comprehensive Operations Analysis (COA) Study Dear Members of the Selection Committee: Kimley-Horn fully understands the significance of strengthening Collier County's transit system, and we are committed to working closely with County staff to deliver high quality, reliable, and productive bus service in a cost-effective manner. For this project, Kimley-Horn has assembled a team of Florida and national transit service planning experts with direct transit agency experience. That experience includes planning, service development, and implementation of public transportation services. To enhance public outreach efforts and stakeholder engagement throughout the Collier County community, we have added a nationally recognized public involvement firm, Quest Corporation of America (QCA), a certified Disadvantaged Business Enterprise (DBE) firm. Together, Kimley-Horn and QCA stand ready to serve as your partners in producing sound and practical solutions for implementation. UNRIVALED PROJECT UNDERSTANDING AND TEAM EXPERTISE. We have assembled a qualified team with Florida and national transit service planning experience that have implemented practical and long-lasting transit solutions. The Kimley-Horn team brings unique insights to Collier Area Transit (CAT) that are based upon the successful application of transit service planning expertise for small- and large-scale service providers, including the City of Miami, Miami -Dade Transit, Broward County Transit, and Gwinnett County Transit (GA), as well as many others. We are industry leaders and at the forefront of state-of-the-art transit planning and operations analyses. QUALIFIED PROJECT MANAGER WITH PUBLIC TRANSIT AGENCY EXPERIENCE. The Kimley-Horn team will be led by project manager Ryan Suarez, AICP. Ryan's six years of recent public transit agency experience serving as the Planning Manager for Manatee County Area Transit (MCAT) provides him with the required understanding of Florida transit agency operations, a network of working relationships with transit agencies throughout Southwest Florida, and, most importantly, practical experience overcoming the obstacles that transit agency staff deal with on a day-to-day basis. FRESH PERSPECTIVE. Kimley-Horn offers a fresh perspective on a familiar problem. Transit agencies throughout the country work hard to optimize service efficiency and sometimes a new, separate set of eyes reveals solutions not previously considered. For Collier County, Kimley-Horn can bring that fresh perspective to the County's public transportation services and will be able to draw from state and national experience, adding further depth in the development of real, workable solutions. COMMITTED PROJECT TEAM AVAILABILITY. Kimley-Horn has an unwavering commitment to quality, an excellent track record delivering quality projects, and an understanding that an accelerated project schedule requires a dedicated and available consultant team. Consequently, the project manager and staff reflected in this proposal have been purposefully chosen to accommodate project schedule and timing constraints. Our long-standing relationships with transit agencies and delivery of service planning projects are a testament to our team's commitment and ability to help our clients realize their goals. We look forward to partnering with you on this project. With Kimley-Horn, you should expect more and will experience better. Sincerely, KIMLEY-HORN Ryan Suarez,}A P Clarence Eng, FAICP Project Manager Project Director TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Section 1 ABILITY OF PROFESSIONAL PERSONNEL 1911FEG��ID� ABILITY OF PROFESSIONAL PERSONNEL Firm Overview Kimley-Horn is a national planning, environmental, and engineering consulting firm that specializes in designing and implementing transportation solutions. Our firm was founded in 1967 and is one of the largest and fastest growing full -service consulting firms in Florida. Our permanent staff is comprised of more than 4,200 professional, technical, and support staff nationwide, including 800 employees in 16 offices throughout Florida. Kimley-Horn remains one of the few employee -owned consulting firms in the nation. Kimley-Horn is recognized for the outstanding work of our consulting staff, the quality of our work environment, and our stature as a business enterprise. In 2020, Kimley-Horn was recognized as one of Fortune magazine's 100 Best Companies to Work For" for the thirteenth time. Fortune Magazine also ranked Kimley-Horn the number one Professional Services Consultant to work for. Much of our success extends from the confidence and trust that clients count on us to deliver. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a local dedicated professional team. Local Offices LI As a top -tier planning and design firm, Kimley-Horn brings innovative transit experience from a national perspective providing on -call transportation and transit planning services to numerous agencies. For urban, regional, and statewide transit systems all over the country, we provide route planning and station location, transit management and operation, passenger surveys, transit facilities and operations planning, bus operations planning, on -board surveys, travel demand estimation, and comprehensive consensus -building activities. We have supported transit service providers in Florida, Georgia, California, Arizona, Texas, Minnesota, Illinois, New York, New Jersey, and North Carolina on a variety of service improvement projects. Kimley-Horn has the necessary expertise and qualifications to provide Collier County with all the services required to complete the Comprehensive Operations Analysis Study. Subconsultant Partners Kimley-Horn's emphasis on dynamic teamwork and quality performance serves as the foundation from which we select our subconsultant partners. We work diligently to pursue firms who are respected and accomplished in their respective fields and demonstrate enthusiasm to be a part of our team and serve their local community. We engage a team of subconsultants who have proven their ability to perform and consistently deliver the quality of work we expect. Kimley-Horn believes we have a responsibility to provide the best possible client service to you as your consultant and we expect the same level of commitment from each of our subconsultants. For this important effort, we have recruited Quest Corporation of America (QCA) to enhance our team in the area of public outreach. Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd QCA is a full -service communications and creative firm with 25 years of experience catering to the public communication needs of the transportation industry. Their work as transportation communicators has included the design and development of marketing and public outreach programs, budgets, and timelines for dozens of transit agencies including Manatee County Area Transit (MCAT) and Lee County Transit (LeeTran). They have successfully helped several agencies and municipalities develop key messages that resonate effectively with target demographic groups. The QCA team consists of Yvonne McClellan, Collier County -based bilingual senior communications manager, and a Southwest Central Florida team of associates who specialize in marketing, branding, advertising, surveying and creative design, and bring a unique level of knowledge and understanding. QCA is a DBE, SBE, MBE, and WBE certified firm. Staffing Plan and Team Organization Kimley-Horn understands that when you select a consultant, you are really choosing the team who will be able to offer the unique technical expertise, extensive hands-on experience with similar projects, and clear track record of providing quality and responsive results needed to deliver successful projects. Kimley-Horn's culture is structured to hire and retain highly motivated employees who exude pride and enthusiasm for Kimley-Horn and the services we provide. Kimley-Horn recognizes the importance of establishing a proven staffing plan at the onset of the project. We recognize that each project is uniquely different and as such will require a different team composition to effectively complete the project. We offer Collier County a depth of services from our local west coast and south Florida offices to meet all project requirements. Moreover, we can provide a multitude of services and professionals who are available to meet your every need from across the nation, should additional needs arise. The organization chart on the following page highlights our team structure and defines the relationships among disciplines and tasks. Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd COMPREHENSIVE OPERATIONS ANALYSIS (COA) STUDY SOLICITATION 20-7691 RR Corer County o�o 01 - PROJECT MANAGER TEAM ORGANIZATION 00 — — — PROJECT DIRECTOR Ryan Suarez, AICP Clarence Eng, FAICP r- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — 0 0 _ 0 0 STAKEHOLDER OUTREACH PUBLIC Yvone McClellan (QCA) Gerilyn Will (QCA) Caroline Fraser, E.I. DATA COLLECTION & MARKET ANALYSIS AGENCY STAKEHOLDERS COUNTY/TDP John Lafferty NEAR -TERM SHORT-RANGE MID-TERM RIDERSHIP Jake Hermle, P.E. Oswaldo Meneses TRANSIT MARKETS Erin Emmons, GISP Caroline Fraser, E.I. PHASED SERVICE & IMPLEMENTATION PLAN Ryan Suarez, AICP Clarence Eng, FACIP Mary Karlsson, P.E. ROUTE/SYSTEM OPTIMIZATION Adam Dankberg, P.E. Jake Hermle, P.E. Ryan Suarez, AICP Jiaxin Tong, P.E. POLICY INTEGRATION TDP POLICY John Lafferty FARE POLICY Mary Kate Morookian Experience and Qualifications of Project Team Kimley-Horn is pleased to present the qualifications of our project team, offering you the seamless combination of quality professionals, relevant experience, and proven management techniques. Kimley-Horn understands the value of assembling a strong and diverse project team and has strategically selected a team of experts for this contract. The experience matrix below highlights our team member's individual experience with all the elements of the project scope. This matrix provides a summarized comparison of our team's experience to the types of work required to complete the Comprehensive Operations Analysis Study. STAFFTEAM ——-----——------—-----——— V d Q " LU V) °�' l7 W oz °= O �v c o V d Q V Q i v a a� -0 �'' c c o o — ar O _ N W LL y • c GJ cc v = O �_ E C 0 O Y Y N c SCOPE — — — — — — — — — — — — — — — — — — C � cep O L C t Y N o W W E Q cp cp O T GJ Stakeholder/Public Outreach GIS/Ridership Database Management/Mapping TBEST/Ridership Forecasting Transit Market Assessment Key Performance Indicators/Service Benchmarking & Evaluation Alternatives Development/System Optimization Program Implementation Transit Development Planning & Integration Board/Committee Presentations The following pages include brief introductions to our key staff members who will be leading the Comprehensive Operations Analysis Study. Full resumes for each of our project staff with detailed education, professional licenses, training, and relevant experience are provided at the end of the section. Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-4 • • r�j�70= '! M1697A Project Manager; Route/System Optimization; Phased Service & Implementation Plan Ryan will serve as your project manager and Kimley-Horn point of contact. He will be responsible for day- to-day communication and coordination with the County. Ryan has more than 18 years of public and private sector transit planning experience. His range of experience includes planning, development, and implementation of a variety of transit agency initiatives. Prior to joining Kimley-Horn, Ryan served as Planning Manager for Manatee County Area Transit where he led the development and implementation of MCAT's Fixed -Route System Optimization. The implemented changes resulted in an increase of eight percent in MCAT ridership between FY 2018 and FY 2019. The project was a great success and stands in contrast to current state and national ridership trends. Ryan will provide overall direction and project management for the study and the core transit planning team. He will coordinate internal team members and external communication to provide Collier County with technical and creative expertise, responsive service, efficient coordination, and streamlined communication. Above all, Ryan is committed to providing unmatched, responsive service to the County —you can depend on Ryan and Kimley-Horn to be available to you when and where you need us. 00 CLARENCE ENG, FAICP M W Project Director; Phased Service & Implementation Plan Clarence has 29 years of experience leading integrated transit systems evaluation and operations planning, Complete Streets, placemaking, land use, and solutions -based community planning projects across the country, including the award -winning transit system plan for Tampa/Hillsborough County and transit -oriented developments in the Washington, D.C., metropolitan area. Clarence has led Miami -Dade Transit's Service Evaluation Plan, Miami Trolley Service Efficiency Study, and Miami -Dade TPO Local Bus Origin -Destination Onboard Surveys (North, Central and Coral Way Bus Division). Other recent projects include the Tampa Streetcar Extension and Modernization, Broward County Transit South US 1 Bus Rapid Transit Improvements Study, City of Raleigh Downtown Plan and Transit Study, HART MetroRapid BRT, Richmond Broad Street BRT Alternatives Analysis (AA), HART Light Rail AA, and other premium transit corridor improvements projects. He is a Fellow of the American Institute of Certified Planners who specializes in transit and master planning, and corridor redevelopment and is regular speaker at national conferences. CAROLINE FRASER, E.I. Stakeholder Outreach — Public; Data Collection & Market Analysis — Transit Markets Caroline is experienced in performing transit feasibility studies, traffic impact studies, community redevelopment plans, and multimodal corridor studies. Caroline's project experience includes serving as project analyst and task manager on Sarasota County Area Transit (SCAT) Service Equity Analysis, SCAT Passenger Miles Traveled Data Collection and Reporting, Tampa Streetcar Feasibility Study, Sun City Center Mobility Study for Hillsborough County, University Area Multimodal Feasibility Study for FDOT District Seven, Tampa Bay Ferry Technical Evaluation, and Tampa Innovation District Transit Circulator Study. Kimlep Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-5 JOHN LAFFERTY o6lo Stakeholder Outreach — Agency Stakeholders County/TDP; Policy Integration-TDP Policy John has more than 20 years of professional experience in project management, multimodal transportation planning, and stakeholder outreach. John has led a variety of projects related to transit feasibility analyses, station area planning, market assessment, transit development plans, fare policy, and financial planning. John has worked extensively with the Florida Department of Transportation, metropolitan planning organizations, transit operators, and South Florida municipalities. JAMES HERMLE, P.E. W 0 Data Collection & Market Analysis — Ridership; Route/System Optimization ` Jake is a professional engineer involved in transit planning and traffic operations. He has assisted in providing operational analyses of transit services, such as bus circulation, travel times, and scheduling. He has been involved in planning for transit facilities, including transit center configuration concepts, alternatives evaluation, and bus operations. JIAXIN TONG, P.E. - M Route/System Optimization Jiaxin has more than 12 years of experience in the areas of multimodal traffic analysis, mesoscopic and micro - simulation modeling, transit signal operations, signal timing, and corridor studies. Jiaxin is proficient in travel demand modeling (Cube and TransCAD), mesoscopic modeling (VISUM), and ridership forecast software (FTA STOPS). He has led the effort of developing and updating regional travel demand models and mesoscopic models. OSWALDO MENESES i� Data Collection & Market Analysis - Ridership Oswaldo is a transit planner with 10 years of experience leading service planning, scheduling, and performance monitoring activities. Prior to joining Kimley-Horn, Oswaldo spent eight years as a transit operations specialist and transportation planner with San Diego Metropolitan Transit System (MTS). In this capacity, he was responsible for overseeing multimodal transportation projects from planning through design, construction, and service operations, including improvements for transit, pedestrian, and bicycle modes. ERIN EMMONS, GISP 14§ Data Collection & Market Analysis — Transit Markets Erin has 14 years of experience as a transportation and long-range community planning analyst with a specialty focus in GIS. She has experience in long range multimodal transportation and community planning, environmental reviews, including GIS administration. She has been the lead GIS analyst on the Miami - Dade Transit Service Evaluation, numerous FDOT District office projects, as well as multiple MPO and local municipality GIS and transportation specific projects. Kimley»)Horn TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd 1-6 ADAM DANKBERG, P.E. Route/System Optimization JL Adam has more than 15 years of successful experience with strategic planning, transit facility planning and design, transit operations, first/last-mile planning, multimodal transportation planning, short- and long-term transit planning, and traffic operations experience. He is a leader in developing mobility and access plans surrounding transit facilities. MARY KARLSSON, P.E. Phased Service & Implementation Plan Mary has more than 18 years of transit and transportation planning experience. Her transit experience includes service, facility, and organizational planning, ridership forecasting, project justification, and financial planning and management. Prior to joining Kimley-Horn, Mary served as Assistant Director of Route and System Planning at Metro Transit, the largest transit provider in the Minneapolis -St. Paul area. MARY KATE MOROOKIANli dD p Policy Integration — Fare Policy Mary Kate brings seven years of experience working with both local and regional transit service providers. She specializes in the development of long- and short-range transit operations plans and believes in a holistic approach to transit planning to help ensure the best possible customer experience. She has led multi -agency/ multi -stakeholder, region -wide transit planning efforts that included recommendations for coordinated fare structure, policy, technology improvements, and microtransit service plans. YVONNE MCCLELLAN (QCA) g Stakeholder Outreach — Public Yvonne is a bilingual public relations, public advocacy, and community engagement specialist with 12 years of experience in public and media relations, dialogic communication, community engagement, marketing, social media, and event coordination. She has conducted market research studies to better understand public perception on community issues and has used the findings to develop results -driven community engagement and public information campaigns. Yvonne has excellent communication skills and has served as a spokesperson representing public sector agencies with media, county commission and city council leadership. Yvonne works from Collier County and has successfully served on a variety of transportation projects, including multimodal corridors, arterial corridors, US 41 bypass projects, roundabouts, and more. GERILYN WILL (QCA) =o Stakeholder Outreach — Public Gerilyn is an experienced communications professional with 19 combined years in public involvement, community engagement and outreach, public information, and marketing. She is experienced in developing communications strategies that effectively educate, raise awareness, and builds consensus among diverse cross -sections of the community. She conducts research, arranges presentations and prepares correspondence while assuring quality output. She enjoys the creative process, analyzes possibilities and develops solutions resulting in purposeful change while satisfying stakeholders. Gerilyn spent several years in the areas of sales, management and creative design for the private sector. She brings a dynamic and fresh approach in the areas of public relations, communications strategy and implementation, brand development, marketing collateral development, media planning, and project development processes. She provides outreach and collaboration support, as well as supports planning coordination and regional analysis efforts throughout Southwest Florida. Kimlep Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-7 Team's History of Working Together Kimley-Horn offers a team that is highly experienced in delivering projects that require streamlined and seamless coordination among multiple team members. We know you expect a high-level of responsiveness, communication, and quality from your consultants. Kimley- Horn's professionals will harness our collective energies to focus on providing high -quality solutions in an efficient and timely manner. For the Collier County Comprehensive Operations Analysis Study (COA), we have assembled a seasoned team of transit planning professionals with a history of collaborating on similar projects, including the Miami Trolley Efficiency Study and the Gwinnett County Transit Development Plan. Our team also includes specialists with prior experience leading service planning and implementation at public transit agencies. As a recent addition to Kimley-Horn, our project manager Ryan Suarez brings long-standing relationships with both Kimley-Horn and QCA staff. In his previous position as the Transit Planning Manager for Manatee County Area Transit, Ryan worked on both private and public sector projects over the last eight years, including projects working directly with OCA staff. As project manager for this COA study, Ryan will provide strategic advantages to the County by leveraging his strong relationships with our team, direct agency experience, local knowledge, and availability to be dedicated to your project. Our team's specific history working together is described further in Section 2 - Past Performance, as well as within individual resumes for each Kimley-Horn team member found at the end of this section. Familiarity with Local Construction and Regulatory Conditions and Our Commitment to Collaboration The Kimley-Horn team is experienced with local construction conditions and understands Collier County regulatory procedures. Our rich network of public and private interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. The Kimley-Horn team is highly respected and trusted by their regulatory counterparts and commits to working with all local regulatory agencies to ensure the COA implementation plan is consistent with local requirements. Those agencies include, but are not limited to, the following agencies/departments: Q Collier County Transportation Engineering Division p Collier County Road Maintenance Division Q Collier County Zoning Division Q Collier County Parks and Recreation Division • Collier County Public Utilities Department p Florida Department of Environmental Protection p Florida Department of Transportation Q South Florida Water Management District Q U.S. Army Corps of Engineers p U.S. Fish and Wildlife Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-8 Ryan Suarez, AICP Project Manager; Route System Optimization; Phased Service & Implementation Plan 00 o � RELEVANT EXPERIENCE , Manatee County Area Transit Service Optimization Phases 1 and 2, Manatee County, FL — In 2016, Manatee County Area Transit (MCAT) began an effort to optimize their system of fixed route services. The goal of that effort was to increase ridership without incurring additional operating expenses. To that end, worked with MCAT Planning SPECIAL QUALIFICATIONS staff to analyze stop -by -stop ridership data, identify underperforming service, develop » Has more than 18 years of public alternatives, and implement service modifications. Service modifications included the and private sector transit planning reallocation of service hours from underperforming fixed routes to the "core" network experience, including planning, of services. The service optimization effort resulted in a net reduction of 3,000 development, and implementation of a service hours and an increase of 8% in MCAT fixed route ridership in FY 2019 when variety of transit agency initiatives and compared to FY 2018. programs including the administration Transit Comprehensive Operations Analysis, Lee County, FL — Lee County of federal and state grants and Transit (LeeTran) completed a Comprehensive Operational Analysis (COA) of their associated compliance requirements fixed -route operation in 2010. Served as the project manager for the COA and worked » Extensive involvement managing with the LeeTran Operations and Planning team to develop opportunities for improving complex projects and delivering the productivity and efficiency of the transit agency's fixed -route services. The 2010 effective, innovative solutions for Lee County COA included a transit market assessment, development of a line -by-line MPOs and transit agencies profile and analysis, and a set of service improvement recommendations. The resulting » Areas of expertise includes short - actions by LeeTran staff included implementation of several of the recommended and long-range public transportation COA service efficiency and productivity enhancements. Those enhancements planning; fixed route and paratransit included the reallocation of resources to more productive service areas and a modified service planning and implementation; network of services that better serve LeeTran's current and future bus users. capital and operating program financial planning; federal and stategrants Public Transportation Comprehensive Operations Analysis, Pasco County, administration and compliance; FL — Served as the project manager for the first Comprehensive Operations strategic program development and Analysis completed for Pasco County Public Transportation (PCPT). The agency had implementation; and community not conducted a detailed review of fixed -route services since a large expansion was outreach completed in January 2000. Importantly, Pasco County had experienced growth and development and PCPT staff were intent on redesigning the service network to better PROFESSIONAL CREDENTIALS meet the bus service needs of the growing community. The COA work resulted in implementation of a redesigned service network including fixed -route services to » Master, Urban and Regional Planning, new, unserved communities. In addition, Ryan worked with PCPT Operations staff Florida State University, 2002 to perform the service run cut and develop daily and weekly operator work » American Institute of Certified assignments consistent with County payroll policies. Planners (AICP), #021106 » Member of American Planning Mantee County Area Transit 2018 Transit Development Plan Major Update, Association Manatee County, FL — As the planning manager for Manatee County Area Transit (MCAT), led the development of the Major Update of the Manatee County Transit Development Plan (TDP). Unique to the MCAT plan is the focus on agency accomplishments and how those accomplishments influence the three categories of priorities in the TDP update; service, technology, and infrastructure. Specifically, served a Kimley»)Horn 1-9 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Ryan Suarez, AICP Relevant Experience Continued major role in developing plan priorities and presenting all plan elements to the public and the Board of County Commissioners. The end result is a 10-year phased implementation plan, vetted by the public and County Administration, and which serves as the source for public transportation service priorities in Manatee County. Bus Blueprint, St. Lucie County, FL —As part of their 2014 Transit Development Plan Major Update, St. Lucie County staff desired to present to their elected leaders a plan, a blueprint, by which public transportation services could be expanded to meet the transportation needs of the County's growing communities. The Major TDP Update was branded the Bus Blueprint to reflect the intended course of action and results that would make this plan unique. Worked with staff to develop, and present to the Board of County Commissioners, three financial plan scenarios that were based on the TDP Needs Plan and municipal services taxing unit (MSTU) revenue forecasts. Each of the scenarios reflected a host of varying fixed -route services and service levels identified in the TDP Needs Plan. MyRide Transit Development Plan, Polk County, FL — Served as the project manager. Unlike other Transit Development Plan's that are developed for a single agency, the MyRide TDP was developed to consolidate the public transportation initiatives and priorities of three transit agencies operating in Polk County; Polk County Transit, Winter Haven Area Transit, and the Lakeland Area Mass Transit District. A consolidated plan was a goal of the recently formed Polk Transit Authority which was working to consolidate all the agencies under its authority and pursue a sales tax referendum that would be used to enhance public transportation services throughout the County. The Plan received a Public Participation Award of Merit from the Heart of Florida Section of the American Planning Association — Florida Chapter. Kimley»)Horn 1-10 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Clarence Eng, FAICP Project Director; Phased Service & Implementation Plan 00 ° ° o QD RELEVANT EXPERIENCE Trolley Efficiency Study, Miami -Dade County, FL — Project manager. This efficiency study was prepared to identify the potential ways to improve Miami Trolley service and operational efficiency, identify areas in greatest need of improvement, and to guide how the City of Miami should approach future service changes to their 12 SPECIAL QUALIFICATIONS routes. The study completed an initial review of the existing trolley service conditions, » Has more than 29 years of evaluated individual route performance using available data, documented the operating experience in integrating transit, TOD, statistics (i.e., weekday and weekend productivity, ridership, on -time performance transportation, urban design, land and operating speed), and identified overall systemwide improvement and specific use, and economic revitalization in route recommendations. The study recommended route modifications to include urban and large redevelopment areas simplifying and streamlining lower performing routes, consolidating or removing » Expertise in transit systems evaluation stops, consolidating routes, and modifying operating schedules. and service operating plans, Miami -Dade MPO Transit Service Evaluation Study - Phase 2, Miami -Dade multimodal transportation corridors, County, FL — Project manager for Miami -Dade Transit countywide bus system alternatives analysis, and PD&E/NEPA evaluation and service plan development. The major restructuring, route modifications » Experience coordinating and creation of a family of services (MetroRapid, frequent, local, circulator, express, and multidisciplinary teams for complex lifeline) was prepared to improve service, efficiency, increase ridership, and reduce costs multi -jurisdictional strategic visioning for the nation's 14th largest transit agency. The new system plan provided a stronger and implementation action plans grid pattern of services, improved the core network, minimized passenger » Regular speaker at national impacts, and resulted in considerable annual operating costs savings. Project conferences on transit, TOD, recommendations considered potential Environmental Justice impacts to minority and visioning, livable communities, urban low-income populations. A Title VI analysis was prepared and concluded that no disparate design, downtown and neighborhood impact or disproportionate burden would result from the service modifications. revitalization, and corridor planning South US 1 Bus Rapid Transit (BRT) Improvements Study, Broward County, PROFESSIONAL CREDENTIALS FL — Project manager for Bus Rapid Transit improvements for South US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). The study » Master, Planning, University of developed a package of short and medium term implementation projects and Southern California, 1996 identified long-term investments to improve transit service, mobility, livability, » Master, Urban Design, University of and support economic development along the corridor. Multi -jurisdictional Southern California, 1996 coordination included an advisory committee consisting of five municipalities, two » Bachelor of Landscape Architecture, counties, two state agencies, an international airport, and eight additional stakeholder University of Montreal, 1991 agencies. The solutions included transit infrastructure, traffic signalization, intelligent » American Institute of Certified transportation systems (ITS), and complete streets to support transit -oriented Planners, #015595, January 1, 1999 development, multimodal facilities, and improved surface transportation. Adopted » American Institute of Certified unanimously by the Broward MPO and the Florida Department of Transportation in Planners, Fellow, April 22, 2018 2015. The project is completing pre -design work in advance of the Preliminary Design » Member of APA, CNU, ULI phase scheduled for the Spring 2017. » National Charrette Institute (Certified Connect Gwinnett: Comprehensive Transit Development Plan, Gwinnett County, Charrette Leader) GA — Principal -in -charge. The Connect Gwinnett: Transit Plan was a comprehensive » Institute for Urban Design (Fellow) assessment of the transit needs and opportunities for Gwinnett County, the second » Tampa Innovation Alliance - Advisory largest county in Georgia. The plan included development of comprehensive Board Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Clarence Eng, FAICP Relevant Experience Continued nearterm, medium -term, and long-term transit system recommendations, ranging from service expansion to transit investment corridors to technology and fleet upgrades. The plan evaluated the opportunity to provide new transit modes within the county (including heavy rail, BRT, light rail, arterial rapid,and flex service) and how a comprehensive service plan could leverage those investments. The plan included extensive outreach and engagement to obtain community and stakeholder input that was integrated into the final plan. The system recommendations were incorporated into the first ATL Regional Transit Plan and are guiding investments for Gwinnett County Transit. Kimley-Horn has continued its support of the implementation of the plan, including support for the newly formed Transit Review Committee. Wave Streetcar Project Management Consultant, Fort Lauderdale, FL — Senior planner for the Fort Lauderdale Wave Streetcar preliminary design and engineering, and implementation support services including FTA coordination and document preparations, environmental reevaluation for the relocated VMSF site, and evaluation of phased streetcar extensions. Wave Streetcar Alternatives Analysis(AA)/Environmental Assessment and Small Starts Application, Fort Lauderdale, FL Project planner for an Alternatives Analysis (AA) and Environmental Assessment (EA) toward advancing the Downtown Transit Circulator (DTC) Project (Wave Streetcar) into the Project Development (PD) phase as a Small Starts project. The Wave Streetcar involves constructing a new fixed guideway streetcar transit service within Downtown Fort Lauderdale in Broward County, Florida. Detailed demographic, ridership, affordable housing, land use, and economic development analyses were prepared to identify and document transit dependent populations and transit supportive areas in proximity to the planned major transit improvements. NW 27th Avenue Enhanced Bus Service Concepts and Environmental Plan, Florida City, FL — Serving as project planner. Kimley- Horn was retained by the Miami -Dade County MPO to develop a concept for the implementation of enhanced bus service along NW 27th Avenue and be responsible to prepare the necessary environmental documentation for the project consisting of a Documented Categorical Exclusion (23 CFR 771.117 (d)), as required under the National Environmental Policy Act (NEPA). Miami -Dade Transit Northeast Division Garage Origin -Destination Survey for Local Bus Service, Miami -Dade County, FL Project manager. Kimley-Horn conducted on -board transit surveys for 22 Miami -Dade Transit bus routes serving downtown, Miami Beach, and North Miami. The project is the first of three Miami -Dade Transit bus divisions surveyed. Our team interviewed about 10% of the 100,000 daily transit riders over seven survey days to develop improved origin -destination, transit boarding and alighting, travel pattern, and socioeconomic data for inclusion in the Southeast Florida Regional Planning Model (SEPRM). The surveys were completed through one-on-one, on -board transit rider interviews by a multilingual survey team (English, Spanish, and Creole) using handheld electronic Wad tablets. Our team produced nearly 50% response rate using a survey instrument with 25 questions. The survey data was reduced and geocoded maps were prepared to accurately represent the travel patterns of transit riders. The data quality combined with a strong overall response rate will improve ridership forecasts, and the modeling efforts needed to support the numerous Federal Transit Administration (FTA) funded transit studies in the region. Miami -Dade Transit Central Division Garage Origin -Destination Survey, Miami -Dade County, FL — Project manager. Kimley- Horn conducted on -board transit surveys for 22 Miami -Dade Transit Central Division bus routes serving downtown, Miami Beach, Kendall, Hialeah, Miami Springs, Little Havana, and Little Haiti. The project is the second of three Miami -Dade Transit bus divisions surveyed. Our team attained our targeted 8% intercept rate of the 75,000 daily transit riders over seven survey days to develop improved origin - destination, transit boarding and alighting, travel pattern, and socioeconomic data. The surveys were completed through one-on- one, on -board transit rider interviews by a multilingual survey team (English, Spanish, and Creole) using handheld electronic Wad tablets. Our team produced a 41 % response rate using a survey instrument with 25 questions. The survey data was reduced and geocoded maps were prepared to accurately represent the travel patterns of transit riders needed to support the numerous transit studies in the region. Streetcar Extension and Modernization Feasibility Study and Project Development, Tampa, FL — Project manager and study management team manager for the evaluation of the potential extension and modernization of the existing Tampa Historic Streetcar. The study evaluated modernization options for the existing vehicles and facilities, and vehicle technology alternatives to improve ridership, operations, cost effectiveness and overall quality of service. The feasibility study coordinated with other regional transit initiatives by clearly defining the Tampa Streetcar operating parameters and identifying how it may enable future transit connections to the downtown transit center, emerging adjacent neighborhoods and to the region. Key project responsibilities included public workshops and agency outreach, transportation and transit analysis, purpose and need statement, evaluation plan, project impact and capital cost analysis. The study identified transit service and mobility improvements to support livability and economic development. Kimley»)Horn -,z TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Caroline Fraser, E.I. Stakeholder Outreach — Public; Data Collection & MarketAnalysis — Transit Markets RELEVANT EXPERIENCE Trolley Efficiency Study, Miami -Dade County, FL — Project analyst. study was prepared to identify the potential ways to improve Miami Trolled and operational efficiency, identify areas in greatest need of improvement, and to guide how the City of Miami should approach future service changes to their 12 routes. The study completed an initial review of the existing trolley service conditions, evaluated individual route performance using available data, documented the operating statistics (i.e., weekday and weekend productivity, ridership, on -time performance and operating speed), and identified overall systemwide improvement and specific route recommendations. The study recommended route modifications to include simplifying and streamlining lower performing routes, consolidating or removing stops, consolidating routes, and modifying operating schedules. US 192 Bus Rapid Transit Pre -Project Development Technical Support, Osceola County, FL — Project analyst assisting with technical analyses, specialized transit planning support, and preparing a formal entry request into the Project Development phase from the FTA. Specific duties researching and documenting data that pertained to the Land Use and Economic Development sections of initial FTA project rating, using GIS to create a geodatabase for feasibility analysis, familiarizing self with the FTA Small Starts Criteria process. Detailed tasks by Kimley- Horn include ridership forecasting, preliminary traffic analysis, project concept and cost estimates, project initial rating, and FTA project development entry request. Innovation Alliance, District Transit Circulator, Tampa, FL — Project analyst for an effort to help rebrand the District's core planning area as a hub for creative and innovative enterprise by incorporating advanced technologies, mobile applications, and integrated multimodal transportation systems. Specific duties included analyzing the existing transit routes and their associated amenities and helping to establish a recommended circulator route through site visits and analyzing existing conditions in GIS. The project was undertaken in coordination with FDOT District Seven, Hillsborough County Economic Development Department, and Hillsborough Area Regional Transit. Study tasks included a web -based tool concept of operations; transit circulator expansion; and bike sharing evaluation. Streetcar Extension and Modernization Feasibility Study and Project Development, Tampa, FL — Project analyst for the evaluation of the potential extension and modernization of the existing Tampa Historic Streetcar. Specific duties included using GIS to analysis the feasibility of proposed route alignments under existing and future conditions, building an evaluation matrix to compare the proposed alignments using purpose and need criteria from the City as well as FTA criteria. The study evaluated modernization options for the existing vehicles and facilities, and vehicle technology alternatives to improve ridership, operations, cost effectiveness and overall quality of service. The feasibility study coordinated with other regional transit initiatives by clearly defining the Tampa Streetcar operating SPECIAL QUALIFICATIONS Has four years of experience in transit feasibility studies, traffic impact studies, community redevelopment plans, and multimodal corridor studies » Software experience in Synchro (traffic simulation modeling and editing UTDF files) and GIS (analysis and mapping) » Public involvement experience at community workshops and Community Advisory Committee (CAC) meetings for various Community Redevelopment Areas (CRA) PROFESSIONAL CREDENTIALS Bachelor of Science, Civil Engineering, University of South Florida, 2017 American Society of Civil Engineers (ASCE) Urban Land Institute Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-13 Caroline Fraser, E.I. Relevant Experience Continued parameters and identifying how it may enable future transit connections to the downtown transit center, emerging adjacent neighborhoods and to the region. The study identified transit service and mobility improvements to support livability and economic development in downtown Tampa and along the corridor. Transportation Plan, Oldsmar, FL — Project analyst. Kimley-Horn provided services for the Oldsmar Transportation Plan which includes short-term and long-term multimodal strategies and priorities to address not only regional transportation, but local mobility for multiple modes. Multimodal planning refers to all modes of transportation such as walking, biking, automobiles, freight, transit, as well as connections between modes. The priorities identified in this plan provide a framework for the City's future transportation investments, as well as for partnerships with local and regional stakeholders. Tampa Bay Passenger Ferry, Tampa, FL — Project analyst providing design, planning, engineering, and survey services for additional feasibility analysis of the Tampa Bay Passenger Ferry project that includes developing preliminary site and business plans for at least two options for the South County Terminal location. Kimley-Horn is evaluating the site circulation and vehicular access requirements for the ferry passengers at the South County and MacDill Air Force Base (AFB) ferry terminals. Additionally, the team is conducting general site analysis of the proposed properties to review overall site performance —both land side and sea side —to facilitate the program, mobility options, regional network, destination access alternatives (MacDill, St. Petersburg, and Tampa) natural amenities and impacts. Innovation District Streetscape and Connectivity Concept Plan, St. Petersburg, FL — Project analyst assisting with implementation of projects to help better connect the St. Pete Innovation District. Specific duties included aiding in the establishment of potential improvements on a district level and updating the Concept Plan using priorities from the community and various stakeholders. This plan prioritizes multimodal and streetscape projects to help better connect the institutions within the District into a more cohesive community that enables and encourages patron interaction. What makes the St. Pete Innovation District unique is its connection to the water and the presence of marine and health science institutions. The plan implements a brand strategy and identifies opportunities to tie various elements together to give the St. Pete Innovation District a sense of place. Most importantly, the plan creates an implementation strategy for projects that would provide economic development opportunities. Lealman Mobility and Complete Street Plan (Linking Lealman Action Plan), Pinellas County, FL — Project analyst. Kimley- Horn was retained by Pinellas County to create the Linking Lealman Action Plan to encourage mobility in Lealman with complete street and context sensitive improvements. The plan will provide a road map for mobility and complete street improvements in Lealman to be programmed as part of the Pinellas County CIP. The intent is to provide a continuous network of streets, sidewalks, bike lanes and trails, and upgraded pedestrian and transit amenities. Pinellas Gateway/Mid-County Area Master Plan, Pinellas County, FL — Project analyst. Kimley-Horn is part of the team serving Forward Pinellas for the development of a master plan for the Pinellas Gateway/Mid-County area to support economic growth efforts for Pinellas County and the Tampa Bay region. Kimley-Horn is currently scoping the multimodal transportation piece that includes mapping out existing pedestrian, bicycle, transit and vehicular circulation conditions, coordinating with FDOT, and conducting a land use and environmental inventory. Kimley-Horn is currently scoping the civil engineering portion for infrastructure in the area including regional stormwater. North Carolina State University Transportation Master Plan, Raleigh, NC —Analyst. Kimley-Horn developed transportation master plan for NC State to serve as a guide for transportation planning, management, and policy over the next five years. The plan outlines specific action measures and phasing recommendations for an enhanced multimodal campus transportation system with connectivity to future regional transit systems. Services included a robust community and stakeholder engagement plan, bicycle/ pedestrian mobility and safety studies and plans, traffic analysis and street network planning, campus transit planning and performance analysis and transit capacity studies, long-range parking demand/supply, and Park+ GIS model development. Complete Streets Concept Plan for West Bay Drive, Belleair Bluffs and Largo, FL — Project analyst for a pilot project to assess the feasibility of a Complete Streets concept plan for the West Bay Drive corridor between Clearwater -Largo Road and the Belleair Causeway Bridge, which connects Largo, Belleair Bluffs and Belleair to the beaches. Specific duties included analyzing crash data along the corridor using GIS, creating and updating the Concept Plan, aiding in the establishment of potential improvements to the corridor. This portion of road is subject to speeding, lacks bicycle accommodations and pedestrian median refuges, and has median designs that are unsafe for multiple modes of travel. The intent of this project is to develop a preliminary concept plan to visualize what improvements may be included in an upcoming roadway resurfacing project to help improve the safety and connectivity for all modes of travel. Kimley>>) Horn 1-14 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd John Lafferty Stakeholder Outreach —Agency Stakeholders County/TDP; Policy Integration — TDP Policy 00 — D� 0 0 ° RELEVANT EXPERIENCE Miami -Dade Transportation Planning Organization (TPO) General Planning Consultant Services, Miami -Dade County, FL — Project manager for a three- year on -call task order -based contract awarded in late 2018. Since 2009, John has successfully retained this multi -year contract with the TPO through several contract award cycles. Projects managed under this contract include the preparation of Transit Development Plan, conducting an Enhanced Bus Study within the Flagler Corridor in Miami, as well as developing a Freight Plan Update that will be applied to the Miami 2040 Long Range Transportation Plan. Also led the largest value task order for the Miami TPO, Regional Travel Survey for purposes of collecting travel behavior information from the public for purposes of updating ridership models. Has led and completed 15 task order assignments in total. Miami -Dade Transit (MDT) Transit Development Plan, Miami -Dade County, FL — Project manager of a five-year contract to prepare a Major Update and Annual Update for MDT to maintain eligibility for State Transit Block Grant funding. Main tasks include a peer analysis and trend assessment, financial planning and the development of a 10-year implementation plan, as well as public outreach activities. 2040 Southeast Florida Regional Transit System Master Plan, Miami, FL Planning lead for the development and preparation of regional transit system master plan vision. Led stakeholder coordination activities and technical analysis that resulted in the identification of regionally significant transit corridors and mode recommendations for the south Florida region. Miami -Dade Transit Program Management Consultant, Miami -Dade County, FL Served as planning manager for this seven-year on -call task order based contract. Responsibilities included day-to-day contact with the Miami -Dade Transit management team. Professional services were provided for various transit and multimodal planning projects to include the preparation of TIGER grant applications, transit planning research and analysis, as well as transit station and multimodal planning and park -and -ride and transit facility conceptual design plans. Evaluation of Park -and -Ride Site Locations for the State Route (SR) 826/SR 836 Interchange Reconstruction, FOOT District Six — Evaluated potential park - and -ride site locations to mitigate the traffic impacts resulting from the reconstruction of the SR 826/SR 836 interchange. The identification of park -and -ride locations will provide opportunities for daily commuters to have access to alternative transportation options, including local transit, van pooling and carpooling. South Florida Regional Transportation Authority (SFRTA) Fare Policy and Fare Structure Strategy Support, Miami, FL — Project manager responsible for the provision of technical support to SFRTA for the development of fare policy and fare structure strategies to improve Tri-Rail's farebox recovery ratio. Major tasks included an evaluation of fare policy options according to passenger equity; cost of travel; SPECIAL QUALIFICATIONS Has 20 years of experience in project management, multimodal transportation planning, and stakeholder outreach » Experience includes technical analyses/assessments for various government agencies to evaluate transit capital improvement projects in compliance with NEPA and FTA project development requirements Has managed and consulted on numerous Transit projects (Bus Rapid Transit, Light Rail transit, Heavy Rail Transit, Commuter Rail) Led a variety of projects related to transit feasibility analyses, corridor analysis, station area planning, market assessment, transit development plans and financial planning for bus and rail transit modes » Extensive experience with the Florida Department of Transportation, South Florida Regional Transportation Authority, metropolitan planning organizations, transit operators throughout Southeast Florida PROFESSIONAL CREDENTIALS Master, Environmental Policy, University of Maryland, 2000 Bachelor of Science, Environmental Biology, State University of New York, 1993 Kimley>» Horn TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd 1-15 John Lafferty Relevant Experience Continued passenger attitude; ticket vending machine integration; estimated ridership; and projected passenger revenue and estimated farebox recovery ratio. South Florida Regional Transportation Authority (SFRTA) Transit Development Plan Major Update, Pompano Beach, FL Project manager for the development of a 10-year project improvement program for the SFRTA. Major tasks included the documentation of existing conditions of the South Florida region, overview of SFRTA and existing commuter rail services, development of an implementation plan to include capital, operation and planning improvement recommendations, as well as corresponding operating and capital costs. A financial plan listing operating and capital expenses and anticipated revenues by source was also tasked. Miami -Dade Transit (MDT) Development Plan Major Update, Miami -Dade County, FL — Project manager for the development of MDT's Fiscal Year 2010-2019 Transit Development Plan (FDP) major update and the MDT's Bus Service Efficiency and Restructuring Plan. Responsible for the oversight of all plan elements, including peer review, situational analysis, evaluation of performance measures, analysis of ridership data, public involvement, agency coordination and document preparation. Miami -Dade Transit (MDT) Development Plan Annual Update, Miami -Dade County, FL — Managed the preparation of an annual transit development plan (TDP) for MDT from 2010 through 2013. Major tasks included the assessment of transit service performance and updating a 10-year project implementation plan, including capital, operations and planning improvement recommendations. Transit Development Plan (TDP) Review and Evaluation, FDOT District Four — Project manager responsible for evaluating TDP's from transit operating agencies throughout District Four to determine whether the major and annual updates were in accordance with FOOT Transit Development Plan requirements. Broward County Transit (BCT) 2030 Master Plan, Broward County, FL — Deputy project manager responsible for development of a comprehensive master plan to further develop and improve BCT's transit system. Major tasks included data collection and development of a GIS database; identification and recommendation of evaluation standards and performance criteria; analysis of existing, short -range and long range transit conditions in Broward County; identification and evaluation of all transit -related services, including transit infrastructure/ capital improvements; and development and prioritization of recommended projects for the development of a 2030 transit system. Transit Development Plan, Broward County, FL —As deputy project manager, assisted in the preparation of a 5-year plan that developed an operational and capital transit service improvement program for Broward County's Mass Transit Division. Transit Plan, Miami, FL —As deputy project manager, developed a citywide transit plan that identified opportunities for transit development and recommended feasible transit service improvements from local funding proceeds of the Miami -Dade County 1/2 cent authorized sales tax. SR 9/SR 817/NW 27th Avenue Premium Transit PD&E Study, FDOT District Six — Project manager for study which focuses on providing multimodal street improvements to accommodate Premium Transit service along the arterials within the project limits. Premium Transit modes to be considered and evaluated include: Bus Rapid Transit (BRT), Light Rail Transit (LRT), and Heavy Rail Transit (HRT/ Metrorail) on exclusive lanes/guideways. South Florida Regional Transportation Authority (SFRTA) General Planning Consultant Services, Pompano Beach, FL Project manager responsible for servicing a five-year planning contract and responding to client needs as specifically, related to the planning disciplines of transportation, finance, operations and stakeholder outreach. Under this SFRTA contract. John successfully managed more than 60 task order assignments with each project completed on -time and within the allocated budget. Since 2004, John has successfully retained this multi -year contract with SFRTA through several contract award cycles Downtown Fort Lauderdale Transit Circulator Study, Fort Lauderdale, FL — Deputy project manager for a project involving the preparation of an alternatives analysis and conducting an environmental assessment for a proposed streetcar system in downtown Fort Lauderdale. Primary responsibility included the development of a locally preferred alternative (LPA) based on a rigorous technical process that generates ridership, environmental consequences, project costs and the data to support preparation of the comparative analysis required by the Federal Transit Administration (FTA). Additional efforts included the preparation and submittal of a Preliminary Engineering (PE) Application/Small Starts report to the FTA for approval to enter into the project development phase. Kimley>>) Horn 1-16 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Hermle, Data Collection & MarketAnalysis — Ridership; Route/System Optimization EXPERIENCE Connect Gwinnett: Comprehensive Transit Development Plan, Gwinnett County, GA — Analyst. The Connect Gwinnett: Transit Plan was a comprehensive assessment of the transit needs and opportunities for Gwinnett County, the second largest county in Georgia. The plan included development of comprehensive nearterm, medium - term, and long-term transit system recommendations, ranging from service expansion to transit investment corridors to technology and fleet upgrades. The plan evaluated the opportunity to provide new transit modes within the county (including heavy rail, BRT, light rail, arterial rapid, and flex service) and how a comprehensive service plan could leverage those investments. The plan included extensive outreach and engagement to obtain community and stakeholder input that was integrated into the final plan. The system recommendations were incorporated into the first ATL Regional Transit Plan and are guiding investments for Gwinnett County Transit. Kimley- Horn has continued its support of the implementation of the plan, including support for the newly formed Transit Review Committee. Bettini Transit Center Relocation Study, San Rafael, CA —Analyst. Kimley-Horn supported the City of San Rafael; Golden Gate Bridge, Highway & Transportation District; Marin Transit; SMART; and the Transportation Authority of Marin in identifying near -term and long-term solutions for the location and operation of the San Rafael Transit Center, accounting for the addition of the SMART project. The San Rafael Transit Center is currently a 17-bay bus transit center providing a connection point for over 600 buses and 9,000 passenger boardings and alightings a day. Services at the transit center include local and regional bus service, Airporter service, Greyhound, taxis, and soon -to - be regional rail service. With the addition of SMART, the transit center may be relocated or modified to account for the rail alignment impacts, and the additional passenger activity that will be generated by the rail service. As part of this project, Kimley-Horn performed a detailed operational analysis of transit services using the center, including bus routing, passenger trip patterns, transfer patterns, and bus bay utilization. The study considered elements such as bus operations, transit facility needs, land use and TOD opportunities in downtown San Rafael, bicycle and pedestrian access, and vehicle circulation when developing and evaluating options for the ultimate location and configuration of the transit center. Kimley-Horn performed transit operations, transit facility design, land use planning, traffic and multimodal circulation, and multi -faceted stakeholder coordination efforts for this project. Transit Center Master Plan, Mountain View, CA —Analyst. Kimley-Horn prepared a Transit Center Master Plan for the Mountain View Caltrain and LRT station in downtown Mountain View. This station is the 4th busiest station on the Caltrain alignment and serves as a gateway to Silicon Valley. The project included two phases: 1) evaluation of a grade separation of the Caltrain tracks at Castro Street/Moffett Boulevard, and 2) reconfiguration and design of the transit center facilities. In developing and evaluating grade separation alternatives, Kimley-Horn took into consideration traffic circulation, SPECIAL QUALIFICATIONS Has five years of experience in transit planning and traffic operations Experience with corridor studies, traffic impact analysis, parking studies, and planning for transit facilities Experience providing operational analyses of transit services, such as bus circulation, travel times, and scheduling Involved in planning for transit facilities, including transit center configuration concepts, alternatives evaluation, and bus operations PROFESSIONAL CREDENTIALS Master of Science, Civil Engineering - Transportation Engineering, University of Southern California, Los Angeles, 2015 Bachelor of Science, Civil Engineering, University of Southern California, Los Angeles, 2014 Professional Engineer in California #87640 Kimley>>> Horn 1-17 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Jake Hermle, P.E. Relevant Experience Continued physical constraints, effects on downtown businesses, community and stakeholder input, pedestrian and bicycle circulation, and visual effects. Other factors considered in the development of the transit center include California High -Speed Rail, transit -oriented development, the evolving nature of transportation access including private shuttles and app-based transportation services, and connectivity to the surrounding communities. Anaheim Rapid Connection (ARC) Streetcar, Anaheim, CA —Analyst. Kimley-Horn is currently completing the engineering scope/ tasks to update the conceptual plans and reports to support the preparation of the environmental impact report/environmental assessment (EIR/EA) for the locally preferred alternative prior to implementation of the preliminary engineering phase. As part of this supporting effort, Kimley-Horn is assisting the City of Anaheim and OCTA in preparation of a conceptual operations & maintenance (0&M) plan for the ARC project. Work performed includes an evaluation of streetcar travel time and operating speed and signal operations with the addition of the streetcar vehicles. Vanderbilt University Transit Service Plan, Nashville, TN — Analyst. Kimley-Horn developed of a transit service plan which identified a comprehensive set of near -term and long-term service improvements to align with campus mobility goals. This work was born out of Kimley-Horn's assistance in the creation of MoveVU, a mobility department and strategy designed to create a more sustainable campus by prioritizing walking, biking, and transit riding. As part of the project, the team reviewed existing shuttle patterns and policies to identify how effectively they were serving campus users. Kimley-Horn held focus group meetings with students, faculty, and staff to identify shuttle needs from different campus populations and then to review project recommendations. Kimley-Horn also analyzed opportunities to expand internally focused shuttle services to meet commute and sustainability goals and provided recommendations for service optimization. The project yielded recommendations encompassing vehicle technology and fleet, service operations, operational management, routing and stop locations, and technology integration that are currently being implemented by the University. Gwinnett County Transit, Microtransit Pilot Study, Lawrenceville, GA — Project engineer. Kimley-Horn is supporting Gwinnett County Transit (GCT) in monitoring an ongoing microtransit pilot study being performed by Transloc. GCT intends to use the findings from this pilot to implement larger -scale microtransit services and associated technologies in the near future. Kimley-Horn's services include collecting and reviewing pilot reports and data to analyze demand, travel time/waiting time, and trip characteristics; working with staff to understand systems and desired functionalities; analyzing microtransit impacts on overall GCT operations (including paratransit and fixed -route services); offering considerations for collaborating with other regional providers; and developing an RFP scope to support the development of a larger -scale microtransit program. Kimley-Horn conducted on -board ridership surveys to support our study recommendations. Comprehensive Transportation Plan (CTP) (Destination2040), Gwinnett County, GA —Analyst. Kimley-Horn prepared Gwinnett County's Comprehensive Transportation Plan (CTP), Destination2040, in the metro Atlanta region of Georgia. This effort, funded by Gwinnett County and the Atlanta Regional Commission, examined the many changes that have occurred in the County's population, employment, land use and development since the adoption of the 2008 CTP and the related impacts to all modes of transportation including roadways and bridges, transit, bicycle and pedestrian facilities, and freight. Kimley-Horn established the existing baseline and determined transportation needs both currently and in the future. Wolfe Road Corridor Traffic Improvement Study, Sunnyvale, CA —Analyst. Kimley-Horn was retained by the City of Sunnyvale to prepare a corridor improvement study for Wolfe Road between El Camino Real and Homestead Road. This segment of Wolfe Road is one of the more heavily -trafficked transportation corridors in the City of Sunnyvale, with significant vehicular congestion and delays during peak commute periods. The objective of the corridor improvement study is to evaluate feasible operational and geometric improvements that would reduce congestion and improve multimodal circulation and safety along the corridor. Enhancing the safety and comfort of the existing bicycle lanes is a critical aspect of the study. Using a detailed VISSIM micro -simulation model, Kimley-Horn has analyzed the effectiveness of three distinct improvement concepts with near -term and long-term conditions. Concepts were designed at a conceptual level to evaluate their engineering feasibility and costs. Through close coordination with City staff, the local community and other stakeholders, the various benefits and challenges associated with each alternative were carefully evaluated and a final recommended improvement concept was identified. Kimley-Horn has conducted two interactive public workshops to solicit public input and obtain feedback on the proposed alternatives. Kimley>>> Horn 1-18 TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd Oswaido Meneses Data Collection & MarketAnalysis — Ridership RELEVANT EXPERIENCE Trolley Efficiency Study, Miami -Dade County, FL — Project planner. study was prepared to identify the potential ways to improve Miami Trolle, .,.,, ., _ and operational efficiency, identify areas in greatest need of improvement, and to guide how the City of Miami should approach future service changes to their 12 routes. The study completed an initial review of the existing trolley service conditions, evaluated individual route performance using available data, documented the operating statistics (i.e., weekday and weekend productivity, ridership, on -time performance and operating speed), and identified overall systemwide improvement and specific route recommendations. The study recommended route modifications to include simplifying and streamlining lower performing routes, consolidating or removing stops, consolidating routes, and modifying operating schedules. Innovate 680 Part-time Transit Lanes Project, Walnut Creek to San Ramon, CA — Project planner. Kimley-Horn is leading a multidisciplinary consultant team to provide environmental documentation and engineering services for a pilot project of a part-time transit lane system running along 11 miles of the 1-680 corridor from San Ramon to Walnut Creek for the Contra Costa Transportation Authority. This project seeks to enhance transit service along one of the most congested freeway segments in the Bay Area during peak hours. The buses will operate within defined parameters for speed, operations, and guidelines for using the right shoulder as a transit -only lane. The improvements to bus efficiency in the corridor will help increase ridership with improved transit travel time reliability. Kimley-Horn will also evaluate the need for supportive technologies to enhance PTTL operations, including a transit signal priority -like (TSP) system to communicate with ramp meters, a lane departure warning system, blind spot detection, and forward collision warning. Express Bus Implementation Plan, West Contra Costa County, CA —Analyst. Kimley-Horn helped WCCTAC prepare an implementation plan for new express bus services along the 1-80 corridor in West Contra Costa County. The 1-80 corridor experiences some of the most impactful congestion in the Bay Area, emphasizing the need for mode shift to more sustainable modes of transportation. Kimley-Horn developed a comprehensive service plan for eight new express bus routes for two operators (AC Transit and WestCAT), including schedules, costs, fleet requirements, and other features. Capital improvements identified, conceptually developed, costed, and incorporated into the funding plan included a range of treatments to enhance bus desirability and avoid congestion, such as Bus on Shoulder on 1-80, mobility hubs throughout West County, freeway access improvements, transit center improvements, and bus stop improvements. Kimley-Horn worked with WCCTAC to implement a comprehensive stakeholder engagement process, including ongoing direct coordination with the transit operators and Caltrans, and frequent engagement with the local and regional jurisdictions. The project involved considerable public outreach with communities along the corridor to solicit input about route and stop preferences and gain buy -in for the project. SPECIAL QUALIFICATIONS Has 10 years of experience leading service planning, scheduling, and performance monitoring activities » Provides full service experience with planning, designing, constructing, implementing, and operating bus transit projects » Experience as a transit operations specialist and transportation planner with San Diego Metropolitan Transit System (MTS) responsible for overseeing multimodal transportation projects from planning through design, construction, and service operations, including improvements for transit, pedestrian, and bicycle modes PROFESSIONAL CREDENTIALS Bachelor of Science, Aerospace Engineering, University of California, San Diego, 2008 Kimley>»Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-19 Oswaldo Meneses Relevant Experience Continued BART Silicon Valley Phase II Extension, Transit Oriented Communities/Station Access Strategies, Santa Clara County, CA — Project planner. Kimley-Horn completed station access planning work to improve access and circulation to and around four new planned BART stations in Santa Clara County. This work centered around improving pedestrian, bicycle, and transit access and circulation to maximize ridership and multimodality associated with the major capital investment. The project included significant collaboration with Transit Oriented Community (fOC) planning in the station areas to leverage TOC investment to create truly multimodal communities. As part of the effort, Kimley-Horn analyzed existing and planned transportation networks, access pathways and sheds, and developed recommendations for access and circulation improvements. Cross -sections, conceptual layouts, and cost estimates were prepared to assess engineering feasibility and program improvements. Kimley-Horn worked closely with VTA, BART, and the cities of San Jose and Santa Clara to craft recommendations. The team conducted workshops with Community Working Groups for each station area to obtain public and stakeholder input. The final outcome was a set of access recommendations that are being folded into funding programs and slated for near -term implementation. Kimley-Horn subsequently completed station access concepts which include conceptual design of improvements in the immediate area around the stations. Yolo County Transportation District (YCTD), Project Development of the Woodland Transit Center, Woodland, CA — Project planner. Kimley-Horn is currently leading the site selection study for a new transit center in the City of Woodland. The Yolo County Transportation District (YCTD) is considering relocating its existing transit center to a more central location, possibly within Woodland's historic downtown, which would help accommodate planned service enhancements and reduce overall transit travel times. Through this study, Kimley-Horn is assisting YCTD in identifying an optimal location for a new transit center by identifying candidate sites, working with project stakeholders and the public to identify key needs and characteristics, and developing screening criteria for identified sites. Kimley-Horn will prepare a final report that recommends a site for a new transit center that considers public and stakeholder input, joint development opportunities, and facility requirements including site circulation and transit operational considerations and benefits. It is anticipated that Kimley-Horn will continue to support YCTD and the City through the subsequent environmental process and design phases for the transit center relocation. Metropolitan Council, Gold Line (Gateway Corridor) Bus Rapid Transit Engineering Services, Washington and Ramsey Counties, MN — Project planner. Kimley-Horn is leading the preliminary engineering, final design, and construction phase services for this 10-mile dedicated bus rapid transit (BRT) corridor. This project builds off the draft environmental assessment (EA), which Kimley-Horn also led. As the engineering services consultant, Kimley-Horn is providing project management, BRT engineering, civil engineering, traffic engineering, and architectural design. Additionally, the firm is supporting structural engineering, public involvement, new starts, value engineering, and constructibility. BART Silicon Valley (BSV) Project, New Starts Phase, San Jose, CA — Project planner. Kimley-Horn transit staff work on -site as part of the VTA planning team for the BSV project. Kimley-Horn assisted with New Starts reporting (Land Use, Economic Benefits, Case for the Project, Before -and -After Study Plan) and helped prepare the draft and final Environmental Impact Statement for this $2.5 billion transit investment. Currently Kimley-Horn is supporting VTA and the rest of the program management team in planning the $4 billion Phase II extension of BART service into downtown San Jose and Santa Clara. SRTA Managed Lanes and Airport Transit Planning Services, Atlanta, GA — Project planner. This study had two specific purposes: 1) evaluate impacts to existing Xpress bus service and identify future expansion opportunities that result from the implementation of express lanes as part of GDOT's MMIP program and 2) identify future Xpress routes to serve the Hartsfield-Jackson Atlanta International Airport and develop a capital and operations plan for route implementation. The project team developed recommendations with respect to route and service planning as well as usage and expansion of park -and -ride lots and maintenance facilities. As part of the study, the team developed policy -level recommendations, including an increase in SRTA's service design standards, incorporated bicycle and pedestrian accommodations at park -and -ride lots, and conducted a fare assessment specifically for airport service. Metropolitan Transit System, San Diego, CA — Transit operations specialist. Prior to joining Kimley-Horn, served as a transit operations specialist for MTS. Duties included overseeing transportation project review and implementation from plan design, to construction, to service operations; overseeing BRT service quality, performance measures, and new construction project implementations; reviewing, analyzing, and implementing enhancements and modifications to improve on -time performance and service quality; and reviewing and trouble -shooting RTMS-related issues that could affect automatic vehicle location tracking, radio communications, and on - time performance metrics. Kimley>>) Horn -zo TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Erin Emmons, GISP Data Collection & MarketAnalysis — Transit Markets r u� a r rmL,%,_ RELEVANT EXPERIENCE Miami -Dade MPO Transit Service Evaluation Study - Phase 2, Miami -Dade County, FL — Project analyst. The purpose of this project was to evaluate the current bus system of Miami -Dade Transit (MDT), identify service deficiencies, and design a more direct, grid -oriented route network and service plan that SPECIAL QUALIFICATIONS maximizes the efficiency and effectiveness of the system. The final product was » Has more than 14 years of experience a schedule -ready detailed plan that included estimated impact on ridership, resources, as a transportation planner, with a and operating cost. MDT implemented the Automatic Passenger Count (APC) System specialty focus in GIS, data collection, that facilitated the data collection for this study. Kimley-Horn's services included project data configuration, and database management, data collection, evaluation of the existing system and development development for asset management. service plans, evaluation of proposed service plans, and documentation (including draft » Experience in transit planning for both report, final report, and executive summary). local circulators and regional transit South US 1 Bus Rapid Transit (BRT) Improvements Study, Broward County, FL networks, involving route development Project analyst. This project focused on Bus Rapid Transit improvements for South and modification, Origin -Destination US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). The analysis, and facility and amenity study developed a package of short and medium term implementation projects planning and identified long term investments to improve transit service, mobility, livability, » Experience with trolley and and support economic development along the corridor. Multijurisdictional coordination local transit route planning and included an advisory committee consisting of five municipalities, two counties, two management and the National Scenic state agencies, an international airport, and eight additional stakeholder agencies. The Highway Designation processes solutions included transit infrastructure, traffic signalization, intelligent transportation » Expertise in multimodal transportation systems (ITS), and complete streets to support transit oriented development, multimodal plans involving the collection and facilities, and improved surface transportation. assessment of crash data; the NW 27th Avenue Enhanced Bus Service Concepts and Environmental Plan, collection of bicycle, pedestrian, andtransit facility information for the Miami -Dade County, FL — Project analyst. Kimley-Horn was retained by the Miami- calculation of level of service; and Dade County MPO to develop a concept for the implementation of enhanced bus service development of short- and long-term along NW 27th Avenue and be responsible to prepare the necessary environmental improvements documentation for the project consisting of a Documented Categorical Exclusion (23 CFR 771.117 (d)), as required under the National Environmental Policy Act (NEPA). PROFESSIONAL CREDENTIALS Miami -Dade MPO Origin -Destination Surveys for Local Bus Service, Miami- » Bachelor of Science, Urban and Dade County, FL — Project analyst. Kimley-Horn was selected by the Miami -Dade Regional Planning, Florida Atlantic MPO to conduct on -board transit surveys for 22 Miami -Dade Transit bus routes serving University, 2006 Downtown Miami, Miami Beach, and North Miami. Our team interviewed about 10% » GIS Professional (GISP) of the 100,000 daily transit riders over seven survey days to develop improved origin- » Graduate Certificate in Geographic destination, transit boarding and alighting, travel pattern, and socioeconomic data Information Science (GIS), University for inclusion in the Southeast Florida Regional Planning Model (SEPRM). The data of West Florida, 2012 quality combined with a strong overall response rate will improve geocoding, ridership » American Planning Association (APA) forecasts, and the modeling efforts needed to support the numerous Federal Transit » s Transportation Seminar, Administration (FTA) funded transit studies in the region. (WTS)-Wome (WTS)-Director at Large Kimley»)Horn 1-21 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Erin Emmons, GISP Relevant Experience Continued Development of Transit Mobility Strategies, Miami, FL — Project manager. As part of the Walkable and Livable Downtown Miami initiative and Downtown Miami Transportation Vision, the City of Miami contracted Kimley-Horn to review the existing Miami Trolley and Miami -Dade Transit (MDT) bus routes and provide recommendations on the development of a transit grid network within the Downtown Miami urban core. The project included the refinement of the Miami Trolley routes to operate in a series of north -south and east -west routes spaced approximately every three city blocks within the urban core in addition to proposed modifications to MDT bus routes to redirect routes to terminals on the fringe of the urban core to reduce the impact of large buses on the livability of the urban environment. Sarasota County Area Transit (SCAT) Transit Onboard Surveys and Ridecheck Study, Sarasota, FL — Project analyst. Kimley- Horn conducted a transit onboard survey (OBS) and ridecheck study for the Sarasota County Area Transit (SCAT) using state -of -the - practice techniques to collect and analyze transit ridership data for their entire fixed route transit bus system. The 100% ridecheck was completed to assist in the verification of transit activity by route and stop for all 26 local and express routes, as well as validation of their Automatic Passenger Counter (APC) system. The transit onboard origin -destination (OD) ridership surveys were conducted through passenger interviews using electronic tablets to document transit rider origins and destinations, boarding and alighting, transfer patterns, and demographic characteristics. The transit data results provided accurate geo-located data to allow SCAT to conduct transit route optimization and system planning, and identify short- and long-term service and operational enhancements for Sarasota County. Light Rail/Modern Streetcar P3 Program Management, Miami Beach, FL — GIS specialist assisting with data collection and development for an assessment of existing conditions along the corridor. Assessment is needed for the preparation of preliminary design plans for the 4-mile double -tracking for a light rail transit system circulating through the Art Deco District of Miami Beach and providing connectivity between South Beach hotels and the Miami Beach Convention Center. Kimley-Horn is serving as the prime consultant overseeing the project through development, conceptual engineering, environmental impact analysis, and procurement of a P3 developer that will design, build, operate, maintain, and finance the project. Wave Streetcar Alternatives Analysis/Environmental Assessment and Small Starts Application, Fort Lauderdale, FL Technical advisor group coordinator. Kimley-Horn provides engineering, planning, and environmental services for an Alternatives Analysis (AA) and Environmental Assessment (EA) toward advancing the Downtown Transit Circulator (DTC) Project (Wave Streetcar) into the Project Development (PD) phase as a Small Starts project. The Wave Streetcar involves constructing a new fixed guideway streetcar transit service within Downtown Fort Lauderdale in Broward County. Capital Region Transportation Planning Agency (CRTPA), Connections 2040 Regional Mobility Plan and StarMetro Transit Development Plan, Tallahassee, FL — Project analyst for the 2040 Regional Mobility Plan for the Tallahassee region. The plan will provide a comprehensive look at the multimodal transportation needs of the area and how they relate to the forecasted economic growth. Special focus will be placed on updating and adapting the MPO's existing land use growth plan to include a market assessment. This market assessment will be used to vet proposed growth plans against the potential for different market sectors to grow or change within the region. An alternate funding assessment will be developed for each of the counties in the region, further extending the focus of allocating funds to where they are most beneficial. This plan also will include a diagnostic assessment of the successes and failures of recent MPO planning efforts with the ultimate objective being to create a more nimble and adaptable plan for the future. Transportation Program Support Services, Miami, FL — Project analyst for Transportation Program Support Services contract with the City of Miami. In this role, Kimley-Horn served as an extension of the City's staff assisting in the program management and administration of transportation and transit projects in the City's Capital Improvements Program (CIP). Kimley-Horn's responsibilities include providing oversight of projects encompassing planning, design, and construction activities. Broward County Transit Signal Priority (TSP) Implementation, FDOT District Four — Served as project analyst on the Kimley-Horn team that provided TSP services for FDOT District Four. The project involved approximately 50 intersections along three major corridors in Broward County that were implemented for TSP in time for the mid-2009 start of operation of the 95 Express Managed Lanes project on 1-95 in Broward and Miami -Dade counties. The 95 Express Managed Lanes project is a dynamically -tolled operation funded as part of a $62 million urban partnership grant from the U.S. Department of Transportation. Express buses now shuttle passengers between Broward and downtown Miami within the 95 Express lanes. Kimley>>) Horn -zz TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Adam Dankberg, P.E. Route/System Optimization 00 4 n ® (-� QD� 4 4�� o �dr✓�� RELEVANT EXPERIENCE Trolley Efficiency Study, Miami -Dade County, FL — Project analyst. The Miami Trolley Efficiency Study was prepared to identify the potential ways to improve Miami Trolley service and operational efficiency, identify areas in greatest need of improvement, and to guide how the City of Miami should approach future service changes to their 12 routes. The study completed an initial review of the existing trolley service conditions, evaluated individual route performance using available data, documented the operating statistics (i.e., weekday and weekend productivity, ridership, on -time performance and operating speed), and identified overall systemwide improvement and specific route recommendations. The study recommended route modifications to include simplifying and streamlining lower performing routes, consolidating or removing stops, consolidating routes, and modifying operating schedules. South US 1 Bus Rapid Transit (BRT) Improvements Study, Broward County, FL Project engineer. This project focused on Bus Rapid Transit improvements for South US 1 between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County). The study developed a package of short and medium term implementation projects and identified long term investments to improve transit service, mobility, livability, and support economic development along the corridor. Multijurisdictional coordination included an advisory committee consisting of five municipalities, two counties, two state agencies, an international airport, and eight additional stakeholder agencies. The solutions included transit infrastructure, traffic signalization, intelligent transportation systems (ITS), and complete streets to support transit oriented development, multimodal facilities, and improved surface transportation. Miami -Dade MPO Transit Service Enhancement Phase 2, Miami -Dade County, FL — Project engineer. Kimley-Horn led Phase 2 of the countywide bus system evaluation and service plan development for Miami -Dade Transit (MDT). This study outlined major restructuring, route modifications, and creation of a family of services (e.g., Rapid, frequent, local, circulator, express, and lifeline) to improve service and efficiency, increase ridership, and reduce costs for one of the nation's largest transit agencies. The new system plan, when implemented, will provide a stronger grid pattern of services, improve the core network, minimize passenger impacts, and considerably reduce annual operating cost savings. Kimley-Horn's services included evaluating the existing system and operations plans, developing updated bus network and service plans, report documentation, and overall project management. Kimley-Horn's recommendations included restructuring the bus network upon the existing rapid/frequent bus network and expanding upon these services, in addition to distinctive branding for each level of service. Our analysis considered potential Environmental Justice impacts to minority and low-income populations. A Title VI analysis was prepared and concluded that no disparate impact or disproportionate burden would result from the service modifications. SPECIAL QUALIFICATIONS More than 15 years of transit operations, transit facility planning and design, and corridor study experience » Experience includes multimodal corridor studies; alternatives analyses; transit facility planning and design for bus, rail, and streetcar; master plans; long-range plans; and development studies » He is experienced in Synchro, SimTraffic, Traffix, ArcView GIS, Adobe Illustrator, MicroStation, TransCAD, and HCS Ia'IT1]9*163Wki1.11111d:]4114►III I1.11161 Master of Science, Transportation Engineering, University of California, Berkeley, 2005 Bachelor of Arts, Economics, Rice University, Texas, 2004 Bachelor of Science, Civil Engineering, Rice University, Texas, 2004 Professional Engineer in California (#70598) American Society of Civil Engineers (ASCE), Member Institute of Transportation Engineers (ITE), Member Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 1-23 Adam Dankberg, P.E. Relevant Experience Continued Connect Gwinnett: Comprehensive Transit Development Plan, Gwinnett County, GA — Project engineer. The Connect Gwinnett: Transit Plan was a comprehensive assessment of the transit needs and opportunities for Gwinnett County, the second largest county in Georgia. The plan included development of comprehensive nearterm, medium -term, and long-term transit system recommendations, ranging from service expansion to transit investment corridors to technology and fleet upgrades. The plan evaluated the opportunity to provide new transit modes within the county (including heavy rail, BRT, light rail, arterial rapid, and flex service) and how a comprehensive service plan could leverage those investments. The plan included extensive outreach and engagement to obtain community and stakeholder input that was integrated into the final plan. The system recommendations were incorporated into the first ATL Regional Transit Plan and are guiding investments for Gwinnett County Transit. Kimley-Horn has continued its support of the implementation of the plan, including support for the newly formed Transit Review Committee. Inter -County and Regional Transit Plan (5-County Transit Plan), Nevada DOT — Serving as the transit technical lead. Kimley-Horn is completing an inter -county and regional transit plan to address additional commute needs in the area due to extensive development at the Tahoe -Reno Industrial Center (TRIC). The plan will specifically focus on commuter travel within the five -county region along the specific corridors of interest. Special consideration will be given to commute trips between Reno/Sparks and TRIC, as 1-80 is physically constrained and frequently congested during commute hours. This project will focus heavily on input from both public -sector agencies and the employers at TRIC. Technical efforts include mapping of the existing transportation environment, review of transportation demands within the study area, and assessment of current transportation options for commute activity. The project includes identification of governance and financing components of potential transit service provision in the multi -county area. Gateway Station Operations Analysis, Charlotte, NC — Project engineer. Kimley-Horn developed a detailed analysis of Charlotte Area Transit System (CATS) downtown transit system focused on identifying operating opportunities and efficiencies for the integration of the Charlotte Gateway Station —a large regional multimodal transit center. Kimley-Horn coordinated with the NCDOT Rail Division, developer of the Station, for passenger rail related impacts. The analysis and modeling is based on data mined from two large databases (fare collection and automated passenger counting system) and creating route profiles for services into and out of the downtown. This analysis focused primarily on downtown services and infrastructure —both existing and planned —in the context of the greater Charlotte area. The operations analysis also focused on the interface between services, customers, and the surrounding area with emphasis on improved performance for CATS services and management for their customers. Transit Planning GIS Data Evaluation, Orange County, CA — Project manager. Kimley-Horn assisted the Orange County Transportation Authority (OCTA) in a comprehensive evaluation of transit planning data collected by the agency. This includes a detailed analysis of farebox and on -board survey data to validate the data at different aggregation levels and a review of current processing methodologies. Recommendations to improve data collection, processing methodologies, and survey collection were provided. Additionally, Kimley-Horn prepared numerous transit data information products based on data readily available to OCTA for use in a variety of transit planning projects and ongoing service evaluation. These data products were prepared using GIS software to graphically display the transit supply, demand, and productivity characteristics of the system. In addition, the farebox and on -board survey data was processed to identify customer characteristics such as travel time, transfer patterns, and alighting characteristics. Using the available transit utilization data, Kimley-Horn also identified methodologies to calculate measures of effectiveness to evaluate service changes and transit accessibility. East San Jose Multimodal Transportation Improvement Plan (ESJ MTIP), San Jose, CA — Project manager. Kimley-Horn is leading a comprehensive transportation plan for East San Jose. The plan will identify implementable multimodal transportation improvements to provide residents and workers of East San Jose with opportunities for upward multimodal mobility and improved quality of life. The project is leveraging previous planning work centered around the six Urban Villages within the planning area, combined with an extensive multi-lingual engagement process to reach the full cross-section of this ethnically diverse community. The project includes identification of community needs and priorities, assessment of potential solutions, and conceptual engineering and cost estimating. The project is particularly focused on identifying solutions that will provide near -term benefits to the community. Microtransit Pilot Study, Lawrenceville, GA — Project manager, Kimley-Horn is supporting Gwinnett County Transit (GCT) in monitoring an ongoing microtransit pilot study being performed by Transloc. GCT intends to use the findings from this pilot to implement larger -scale microtransit services and associated technologies in the near future. Kimley-Horn's services include collecting and reviewing pilot reports and data to analyze demand, travel time/waiting time, and trip characteristics; working with staff to understand systems and desired functionalities; analyzing microtransit impacts on overall GCT operations; offering considerations for collaborating with other regional providers; and developing an RFP scope to support the development of a larger -scale microtransit program. Kimley-Horn conducted on -board ridership surveys to support our study recommendations. Kimley»)Horn 1-24 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Route/System Optimization EXPERIENCE US 192 Bus Rapid Transit Pre -Project Development Technical Support, Osceola County, FL — Project engineer. Kimley-Horn provided Pre -Project Development Support services for the US 192 Bus Rapid Transit (BRT) project. The services consisted of providing technical analysis, specialized transit planning support, and preparing a formal entry request into the Project Development phase from the Federal Transit Administration (FTA) for the US 192 BRT project. The Osceola County Board of County Commissioners expressed support for pursuing development of the US 192 BRT project between downtown Kissimmee and Disney / Four Corners. An Alternatives Analysis (AA) study was completed by LYNX in 2013 and identified a locally preferred alternative (LPA). In December 2015 and April 2016, Osceola County met with the FTA to discuss a lower, more cost feasible project (Cost Feasible) alternative and received a favorable response. Osceola County, in collaboration with other project partners, anticipate submitting a formal letter of request and supporting information to the FTA in the fall 2016. Detailed tasks for this support services that were carried out by Kimley-Horn included ridership forecasting for the LPA, preliminary traffic analysis, project concept and cost estimate refinement, and project initial rating and FTA project development entry request. District Transit Circulator, Tampa, FL — Project manager for an effort to help rebrand the District's core planning area as a hub for creative and innovative enterprise by incorporating advanced technologies, mobile applications, and integrated multimodal transportation systems. Specific duties included analyzing the existing transit routes and their associated amenities and helping to establish a recommended circulator route through site visits and analyzing existing conditions in GIS. The project was undertaken in coordination with FDOT District Seven, Hillsborough County Economic Development Department, and Hillsborough Area Regional Transit. Study tasks included a web -based tool concept of operations; transit circulator expansion; and bike sharing evaluation. Rochester -Genesee Regional Transportation Authority, Bus Terminal Simulation, Rochester, NY — Project engineer. Kimley-Horn created a bus terminal VISSIM simulation to show overall bus terminal operation that included pedestrians, bus circulation, and non -bus vehicle interactions. The simulation incorporated architectural renderings of the bus terminal overlaid with 3D vehicular and pedestrian models along with existing Synchro models to create the overall model. The simulation model was critical in assessing the pedestrian -vehicular conflict points and was used to identify mitigation measures to address pedestrian safety while facilitating bus circulation. The project also included optimization of bus terminal operations for pulse mode operation where every bus line departs the terminal at the same time to facilitate passenger transfers from one bus line to the other. The simulation was critical in evaluating and determining an efficient bus departure schedule taking into account limited bus maneuverability and heavy pedestrian alighting. Several simulation models SPECIAL QUALIFICATIONS Has 12 years of hands-on technical and project management experience in many areas of traffic engineering and transportation planning, including multimodal traffic analysis, mesoscopic and micro -simulation modeling, transit signal operations, signal timing, and corridor studies Extensive experience in VISSIM and other state -of -the -practice traffic simulation software for multimodal simulation, performance measures, and visualization Experience with HERE, INRIX, Streetlight, and AirSage transportation data sets Managed traffic operations and simulation tasks for LRT/BRT corridors, transit station campus circulation, multilane roundabouts, port -of -entry, innovative intersections/ interchanges, collector -distributor (C-D) and express lanes projects in urban and suburban settings Experienced in modeling and analyzing transit operations, transit signal priority, and transit circulation PROFESSIONAL CREDENTIALS » Master of Science, Civil Engineering, Texas A&M University, 2007 >> Bachelor of Engineering, Transportation Engineering, Shanghai Jiao Tong University, 2005 >> Professional Engineer in Virginia were created for AM peak, PM peak, and off peak pulse mode operations. The project >> Institute of Transportation Engineers (ITE), Member Kimley>>> Horn 1-25 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Jiaxin Tong, P.E. Relevant Experience Continued incorporated existing Synchro traffic signal timing plans to account for traffic operations on the adjacent street network. The model was used to facilitate discussion of the project in a public forum resulting in positive public commentary and also stimulated further discussion on the overall project. Milton Road Alternatives Operations Analysis Micro -Simulation Modeling, Flagstaff, AZ — Project engineer. Kimley-Horn was selected by the City of Flagstaff and the Flagstaff Metropolitan Planning Organization (FMPO) to assess the operational effectiveness of alternative mobility treatments for Milton Road in Flagstaff, AZ. Milton Road is the main entrance to the City of Flagstaff and serves many functions. This project utilized Synchro and VISSIM micro -simulation modeling to examine the performance of different combinations of access management treatments, transit service patterns, and various intersection configurations. The project included micro -simulation model development and calibration, evaluation of alternative treatments, and presentation of findings to the FMPO technical advisory committee and several other agency and stakeholder groups. Transit Vision Plan, Alexandria, VA — Project engineer. Kimley-Horn is leading a team tasked with developing a Transit Vision Plan for the City of Alexandria. The Transit Vision Plan represents an opportunity to fundamentally re -imagine the city's bus network from scratch —resulting in an unconstrained, data -driven future bus transit network that reflects the needs and priorities of city residents, workers, and visitors. The plan used data to understand issues and needs and a robust civic engagement process to guide city and DASH staff on how to maximize the investment in bus operations as a component of the local and regional transportation system. Kimley-Horn's services have included leading public engagement; coordinating with stakeholders including other bus and rail operators including Fairfax Connector and Arlington Transit (ART), Virginia Railway Express (VRE), and WMATA; analyzing the current system; performing a market assessment; and developing the final plan. The plan was recently adopted by the city. Transit Center Master Plan, Mountain View, CA — Project engineer. Kimley-Horn prepared a Transit Center Master Plan for the Mountain View Caltrain and LRT station in downtown Mountain View. This station is the 4th busiest station on the Caltrain alignment and serves as a gateway to Silicon Valley. The project included two phases:1) evaluation of a grade separation of the Caltrain tracks at Castro Street/Moffett Boulevard, and 2) reconfiguration and design of the transit center facilities. In developing and evaluating grade separation alternatives, Kimley-Horn took into consideration traffic circulation, physical constraints, effects on downtown businesses, community and stakeholder input, pedestrian and bicycle circulation, and visual effects. Other factors considered in the development of the transit center include California High -Speed Rail, transit -oriented development, the evolving nature of transportation access including private shuttles and app-based transportation services, and connectivity to the surrounding communities. Crosstown Multimodal Transportation Study, Washington, DC — Project engineer. Kimley-Horn completed the Crosstown multimodal study for DDOT. The District has very few east -west network connections north of the original UEnfant street grid, which has made travel to and from neighborhoods and activity centers difficult. Kimley-Horn led a team of consultants conducting a transportation planning study that identified strategies for improving mobility and efficiency for all modes along this crosstown corridor. Our final report recommended projects and preferred alternative concepts that could be advanced into the appropriate environmental analysis and advanced engineering studies, including the reconfiguration of the N. Capitol Street and Irving Street cloverleaf interchange and a vestige of an outdated incomplete highway system into a multimodal urban intersection. The study area limits included South Dakota Avenue to the East/Michigan Avenue, Michigan Avenue/Irving Street, Columbia Road, Calvert Street, and 16th Street NW. Bus Rapid Transit System (Innovation Corridor), Memphis, TN — Project engineer. Kimley-Horn is assisting the Memphis Area Transit Authority with the development of the Memphis Innovation Corridor project, consisting of development and implementation of a bus rapid transit system between the Will Hudson North End Terminal and the University of Memphis as described in the Midtown Alternatives Analysis — Alternative 11 and further refined in the Memphis Innovation Corridor BUILD Grant Application submitted in July 2018.Our team is providing planning and design services to complete the NEPA, preliminary engineering, final design, right-of-way acquisition, bid phase/ purchasing, and construction engineering inspection for implementation of the project. Metropolitan Council, Gold Line (Gateway Corridor) Bus Rapid Transit Engineering Services, Washington and Ramsey Counties, MN — Project engineer. Kimley-Horn is leading the preliminary engineering, final design, and construction phase services for this 10-mile dedicated bus rapid transit (BRT) corridor. This project builds off the draft environmental assessment (EA), which Kimley-Horn also led. As the engineering services consultant, Kimley-Horn is providing project management, BRT engineering, civil engineering, traffic engineering, and architectural design. Additionally, the firm is supporting structural engineering, public involvement, new starts, value engineering, and constructibility. KimleyoHorn -zs TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Mary Karlsson, P.E. Phased Service & Implementation Plan 00 4 4�� 0�0 o � RELEVANT EXPERIENCE Transit Development Plan Implementation, Rochester, MN — Project manager. The City of Rochester selected Kimley-Horn to lead its transit development plan service recommendations. Kimley-Horn reviewed the TDP recommendations, updated and refined the service recommendations based on changes since the plan was published, SPECIAL QUALIFICATIONS and is supporting street operation implementation and communications. This is an » Has more than 18 years of transit and 18-month project scheduled to be complete in December 2020. transportation planning experience Transit Study, Garner, NC — Deputy project manager. Kimley-Horn is supporting the » Transit experience includes service, City of Garner in identifying community -based transit project(s) that compliment existing facility, and organizational planning, regional service and focuses on local needs. Kimley-Horn is reviewing previous studies, market analysis and ridership existing demographic and land use conditions, identifying service and implementation forecasting, project justification, plan alternatives, performing fare evaluation, identifying corresponding capital environmental documentation, and investments, and developing a funding strategy. This is a 6-month study scheduled to financial planning and management be complete in April 2020. » Experience in long-range transportation planning, includingfinancial Inter -County and Regional Transit Plan, Reno -Sparks -Carson, NV —Transit planning, project lead. Kimley-Horn supported the Nevada Department of Transportation, Economic prioritization, multimodal integration, Development Authority of Western Nevada, and local partners in completing a transit and agency and public engagement and ride -sharing implementation plan for the five -county area including Reno -Sparks, „ Served the lead highway planner Carson City, and the Tahoe Regional Industrial Center (TRIC), the largest and one of with the Metropolitan C wiwi Council and the fastest -growing industrial center in the United States and home to Tesla, Zulilly, Assistant Director Route and Google, and Blockchain. Kimley-Horn led all aspects of the transit plan including System Planning at Metro Transit review of existing demographic and land use conditions, existing transportation issues, identifying service options, stakeholders and employee engagement, completing reviews PROFESSIONAL CREDENTIALS of potential peer transportation management associations (TMAs), and establishing the foundation for a TRIC-area TMA. Based on the study recommendations, the local » Master of Science, Civil and partners began formation of the TRIC-area TMA in early 2020. Environmental Engineering, University of Wisconsin, Madison, 2001 Transit Development Plan, Mankato, MN — Project manager. The City of » Bachelor of Science, Civil and Mankato selected Kimley-Horn to develop the Greater Mankato Transit System's Environmental Engineering, University first transit development plan and transit asset management plan. The plans were of Wisconsin, Madison, 1999 an expansion of and update to the previous transit study that was completed in » Professional Engineer in Minnesota 2012. A special emphasis of the plans was to engage those from traditionally » Women's Transportation Seminar underrepresented communities. In addition to public engagement, Kimley-Horn led (WTS) the data collection process for the project; identifying issues with the current system; providing recommendations for system goals, objectives, and performance measures; assisting with service evaluation and service recommendations; developing a transit asset management plan; assisting with the financial plan; creating a marketing and communications plan; and providing organization and staffing recommendations. This was a 24-month project completed in spring 2018. Kimley»)Horn 1-27 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Mary Karisson, P.E. Relevant Experience Continued Comprehensive Transportation Plan, Cobb County, GA —Transit lead. Cobb County selected Kimley-Horn to lead the update to its Comprehensive Transportation Plan. Kimley-Horn is leading project management and agency coordination, public engagement and communications, data collection, issues identification, and scenario planning for the multimodal transportation system. Mary is leading transit service and infrastructure planning. Weekend Bus Service Analysis, Cobb County, GA — Project manager. Cobb County selected Kimley-Horn to provide transit planning services to develop weekend bus route and schedules for CobbLinc local bus service. Services included data collection, productivity and on -time performance analysis of existing Saturday local bus service, and recommendations for possible Sunday local bus service. Kimley-Horn led preparation for several stakeholder meetings with Cobb DOT, Cobb Transit Advisory Board, and Cobb County Board of Commissioners. This study included transit market demand analysis, Title VI disparate impacts analysis, paratransit service demand analysis, route scheduling, fare revenue projections, and operating cost estimates. Mary was responsible for all aspects of the plan. East-West Transit Service Study, Dakota County, MN — Project engineer. Dakota County selected Kimley-Horn to conduct the East- West Transit Study. The study area covered approximately the northern two-thirds of Dakota County. The study addressed both existing and emerging needs for east -west oriented transit in Dakota County. Opportunities for new or enhanced transit operating in a generally east - west orientation along candidate corridors to complement the north -south orientation of the planned and established transitways within the County were analyzed. The outcomes and recommendations produced by this study serves as guidance for Dakota County as they work the two fixed -route transit operators, Metro Transit and MVTA, on service updates. Metropolitan Council 2040 Transportation Policy Plan, Twin Cities, MN — Prior to joining Kimley-Horn, served as project manager for all aspects of the plan development. Was directly responsible for supporting the project management team, partner agency work group, and policymaker task force. Established, guided, and contributed to several internal work teams focused on individual topics including the performance -based planning team and leading the highway work team. Was further responsible for developing, coordinating, and managing the plan update scope of work, development strategy, schedule, outreach, and communications, including effectively reporting to the Metropolitan Council Transportation Committee, Transportation Advisory Board and its technical advisory committee, the Transportation Accessibility Advisory Committee, and the MnDOT Metro District Capital Improvements Committee. Contributed to new emphasis on use of plain language, modern communication and outreach techniques, and meaningfully involving historically underrepresented people. Metro Transit Bus Service Improvement Plan 2015-2030, Twin Cities, MN — Served as strategic advisor prior to joining Kimley- Horn. As Assistant Director of Route and System Planning at Metro Transit, advised the project manager through the process of evaluating 185 proposed bus service improvements. Provided critical review and direction on evaluation criteria and weighting leading to project prioritization, incorporating and responding to public and stakeholder input, Title VI evaluation, and soliciting and receiving board approval. The plan was approved in April 2015. Arterial Transitway Corridors Study (ATCS), Twin Cities, MN — Served as Metropolitan Council Project Management Team Representative prior to joining Kimley-Horn. Metro Transit studied 11 urban street corridors with high -ridership bus routes that connect major destinations for implementation of enhanced transit service. The study fulfilled the requirements for FTA New Starts and Small Starts alternatives analysis, and considered local bus, streetcar, and a new transit service model called Arterial BRT in the corridors. Served as the Metropolitan Council strategic advisor on this project. Assisted the Metro Transit project manager with developing the study scope of work and budget, and performing technical reviews of the consultant work products. Kimley>>> Horn -z8 TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd Mary Kate Morookian Policy Integration — Fare Policy 00 610 RELEVANT EXPERIENCE Transit Study, Garner, NC — Deputy project manager. Kimley-Horn is working with the Town of Garner to select the best geographic area and service type for a new, local transit service. Kimley-Horn is analyzing current and projected transit needs and travel patterns, as well as providing public and stakeholder outreach planning and support, SPECIAL QUALIFICATIONS ridership estimates, fare structure analysis, transit alternatives, frequency of service, >> Has seven years of experience and an annual operating and capital cost estimate. Based on Kimley-Horn's analysis working with both local and regional and recommendations, the Town of Garner will apply for matching operating dollars transit service providers, including through the Wake County Community Funding Areas Program (CFAP) funding to expand GoTriangle in the Raleigh -Durham, NC the current transit service. area and New Jersey Transit Transit Regional Fare Coordination Study, Wake County, NC — Project manager. > Specializes in the development In conjunction with the Wake County Transit, Bus Operations Plan, a regional fare study of long- and short-range transit was conducted, examining fare structure and policies of the four transit agencies operations plans operating within the triangle region. Mary Kate coordinated with county and agency >> Has led multi-agency/multi stakeholders in the development and adoption of fare change recommendations, stakeholder, region -wide transit creating consistent pricing/ policies across the region, and improvements in fare planning efforts that included technologies offerings. recommendations for coordinated fare structure, policy, and t technology Alternative Service Feasibility Study, Fairfax County, VA — Project planner. improvements —as well as improvemet Kimley-Horn is assisting Fairfax County with investigating the feasibility of alternative service plans transit services to supplement the existing bus transit network in the county. Through the study, Kimley-Horn is identifying potential operating models or partnerships, PROFESSIONAL CREDENTIALS technology recommendations, and industry best practices and lessons learned from other agencies domestically and abroad. Areas within the county most suitable for » Master of Urban Planning, new types of service will be identified. The results of the study will give Fairfax County untr and Transportation, operational, financial, and contractual requirements and an implementation plan fora Hunter Co2013 College, Hge, pilot of the best application being proposed. » Bachelor of Science, , Geography, Appalachian State University, 2008 Transit Study, Tuscaloosa, AL — Project planner. The Tuscaloosa County Parking and Transit Authority has chosen Kimley-Horn to lead a transit study and provide analysis and recommendations that can be reasonably implemented within a five- year period. Mary Kate is providing technical transit service analysis, as well as recommendations for alternative service types and developing a fare model to inform potential changes to the current fare structure/policy. CATS, Hambright Park and Ride Schematic Design, Charlotte, NC — Project planner. The planned BRT station location sits adjacent to 1-77 with a rough order magnitude construction cost of $10 million. It accommodates 6 bus bays, 500 parking spaces, a driver comfort station, and a community meeting room. Integrating the BRT station with mixed -use creates additional clusters of development around the 1-77/ Hambright Road junction. This project is currently in schematic design and requesting to enter the NEPA process. Kimley»)Horn 1-29 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Mary Kate Morookian Relevant Experience Continued District Department of Transportation (DDOT), Benning Road Reconstruction and Streetcar Project, Washington, DC Project planner. Kimley-Horn, as a major subconsultant to Parsons, is assisting DDOT with the completion of this complex, multimodal transportation improvement project that includes bridge rehabilitation and replacement, complete streets roadway improvements, and streetcar capital improvements. The infrastructure improvements will require potential bridge retrofits and/or replacement over the Anacostia River, DC-295 Highway, and CSX Railroad; roadway reconfiguration at major intersections such as Benning Road NE at Minnesota Road NE; and streetscape upgrades. Ultimately, our team will be delivering a preliminary design package with several options including final design, Design -Bid -Build, and Design -Build. Kimley-Horn's services include streetcar design, traffic engineering, streetscape/urban design, and civic engagement. GoTriangle, Regional Transit Center (RTC) Relocation Study, Raleigh, NC — Project planner. Kimley-Horn is leading a study to improve current transit service performance, increase the functionality of the GoTriangle RTC, and provide opportunity for future growth. We are analyzing the efficiency of operational and pedestrian activities occurring at the current GoTriangle RTC and develop criteria that will aid in the search and evaluation of the transit center's potential relocation to a new site. Kimley-Horn will perform an intensive GIS search within a defined radius of the regional transit center for potential parcels that meet developed criteria. We will evaluate sites based on cost, constructability, and their ability to meet goals identified through thoughtful and targeted stakeholder engagement and public outreach. NCDOT Connected and Automated Vehicles (CAV) Program Support, Statewide, NC — Project planner. Kimley-Horn is facilitating the establishment of the Fully Autonomous Vehicle Committee as well as the oversight structure to deliver activities identified by the Committee members. As part of this structure, multiple working groups will be developed with cross -agency representation. Kimley-Horn also will coordinate a large CAV symposium that includes participation of senior leadership and decision makers, and a focus on how North Carolina can potentially attract business and research opportunities for the state. One of the activities is supporting NCDOT with the first level 4 autonomous vehicle to North Carolina, CASSI (Connected Autonomous Shuttle Supporting Innovation). The CASSI project will help NCDOT learn more about how this technology can be safely and effectively used in the future to offer additional mobility solutions, to help familiarize people with new transportation technologies, and to encourage environmentally friendly transportation solutions. Transit Bus Operations Plan, Wake County, NC — Project manager. Led the development of a 10-year bus operations plan for the larger Wake County Transit planning effort. Provided technical analysis and managed the consultant team in creating service recommendations, service standards/performance measures, presentations, capital investment plans, and in completing detailed service analyses and budget projections. GoDurham Short Range Transit Plan, Durham, NC — Project manager for a five-year short range transit plan (SRTP) for the City of Durham's transit agency, GoDurham. Created schedule for existing conditions and market analyses, materials for public comment, and service improvement scenarios. Coordinated three rounds of public outreach, including stakeholder meetings, public/elected official presentations, online surveying, pop-up events, and social media campaigns generating more than 1,000 survey responses each round. Presented service improvement alternatives to Durham City Council, City staff, citizen boards, Durham community organizations, and Duke University Transit Advisory Committee. Ensured plan's concurrence with GoTriangle SRTP efforts in Durham, Orange, and Wake counties. Reviewed and approved all invoices of consultant work and initiated task order amendments/budget refinements when necessary. GoTriangle Short Range Transit Plan, Durham County, NC — Project manager for a 10-year SRTP for GoTriangle services operating within Durham County. As GoTriangle is a regional agency, it is necessary to plan for routes that may also serve Orange and Wake Counties in a single trip. Negotiated project budget with consultant by evaluating level -of -work required for all tasks/sub tasks within scope. Developed materials for public outreach, providing technical content review on maps, route cost estimates, and schedule feasibility. Kimley>>> Horn 1-30 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Yvonne Ayala McClellan Quest Corporation of America Stakeholder Outreach — Public RELEVANT EXPERIENCE Collier County East of CR 951 Bridges Study, Naples, FL — Ms. McClellan is leading public information efforts for a large-scale bridge study in Golden Gate Estates Area. This study brings significant connectivity improvements to enhance the flow of traffic and provide greater access to the community and emergency responders in navigating around the Golden Gate Estates area and to and from the greater Naples area. She is organizing a series of public meetings to inform stakeholders about the proposed bridges, share an anticipated timeline for design and construction, share information about the components the finished bridges will include and the benefits they will bring to the area. Collier County East Naples Community Development Plan, Naples, FL Ms. McClellan is leading public engagement efforts for the East Naples Community Development Plan which aims to identify the needs for future development and growth in the East Naples area. A crucial component of the study is input from the community to establish a baseline of what the community needs and wants in the area that can inform future land development codes and uses in the community. The study area primarily surrounds the corridors of Airport -Pulling Road to the west, US 41 to the south, CR 951 to the east and Davis Boulevard to the north. She is conducting community outreach at local venues to raise awareness about the study and encourage participation, and includes development of an e-newsletter, development of an e-mailing distribution list, facilitating stakeholder concerns about the plan, supporting a public meeting about the study, and media relations for the study. City of Sarasota, US 41-Fruitville Road Roundabout Project, Sarasota, FL Ms. McClellan provides public information for the City of Sarasota's US 41-Fruitville Road Roundabout project, which will improve connectivity, access, and safety for pedestrian, bicycle, and vehicular traffic flow and operations. In her role, she works closely with City of Sarasota staff and the project team to develop programming that enhances public awareness and discussion about the safety and improvements two- lane roundabouts provide. She also works to build consensus for the project, educates the public about navigating roundabouts, develops project information flyers, creates content for a project web page, prepares e-newsletters and notifications, manages a project information line and email and disseminates information regarding construction progress and traffic management impacts to stakeholders. Florida Department of Transportation (FDOT) District One, US 41 Venice Bypass, Venice, FL — In her role, Ms. McClellan provides public information for this Florida Department of Transportation roadway widening project in Sarasota. This project is widening US 41 from Center Road to Gulf Coast Boulevard from a four -lane to a six - lane highway; replacing traffic signals, installing new pavement markings and signage; installing concrete curb, sidewalks; improving new drainage, and installing new highway lighting. She works with the many businesses and stakeholders in this heavily traveled SPECIAL QUALIFICATIONS Ms. McClellan is a bilingual public relations, public advocacy and community engagement specialist with 12 years of experience in public and media relations, dialogic communication, community engagement, marketing, social media, and event coordination PROFESSIONAL CREDENTIALS Bachelor of Arts in English, University of Florida Completed coursework towards Master's in Journalism, University of Florida Construction Safety Awareness, FDOT v Public Involvement and Plans Reading Training, FDOT EW Kimley>>> Horn 1-31 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Yvonne Ayala McClellan Relevant Experience Continued corridor that also serves as a hurricane evacuation route. She meets with them one-on-one regarding their questions and concerns about the project and ongoing construction, coordinates notifications to stakeholders regarding changes to business access, monitors a project information line and email, provides quarterly newsletters on completed milestones in the project and provides RoadWatch updates. City of Cape Coral, SE 47th Terrace Streetscape and Roundabout Project, Cape Coral, FL — Ms. McClellan managed community engagement services for this high -profile streetscape and roundabout construction project in south Cape Coral. She served as the lead community engagement liaison responsible for developing a marketing campaign and stakeholder engagement strategy as well as conducting two public meetings during the design phase to build consensus for the project. In her role, she created impactful collateral and FAQs to disseminate project information, developed content for a project website and engaged the community via a project Facebook profile, developed eye-catching and impactful project progress videos and hosted pop-up information engagement events at several of the businesses throughout the project limits over the life of the construction project. In addition, Ms. McClellan developed and maintained the project database and project hotline, conducted media relations, and communicated with diverse communities and businesses to facilitate project concerns from stakeholders. The above -ground streetscape improvements enhance safety and convenience for walkers, cyclists and motorists, while beautifying the district and increasing its appeal as an entertainment destination. Lee MPO/City of Sanibel, Bicycle -Pedestrian Shared Use Path Network Master Plan Update Sanibel, FL — Ms. McClellan oversaw the plan and execution of community engagement services for the 10-year update to the Bike-Ped Shared Use Path Network Master Plan for the Lee MPO and City of Sanibel. She was responsible for community engagement planning, leading development of informational and compelling collateral to inform stakeholders about the project as well as overseeing survey outreach efforts at established community events, including farmers markets and art festivals. In addition, she executed open house workshops and conducted grassroots outreach along the 26-mile network to raise awareness and increase public participation in the survey. This well - traveled and nationally acclaimed path is heavily traveled by residents and visitors to the area. Collier County, Public Utilities Renewal Program (Basin 305 — MPS 308 FM) Naples, FL — Ms. McClellan leads public information initiatives for Collier County's Basin 305 — Master Pump Station 308 Force Main program, a large-scale water utility repair and replacement program in East Naples. In her role, she maintains a stakeholder database, coordinates media relations and media pitches, writes press releases, logs and responds to public input via a 24-hour project hotline, provides information for and updates the project website, organizes and develops materials for a construction open house, coordinates with HOAs in the project limits, and creates and distributes project information. Manatee County Area Transit (MCAT), Transit Development Plan Update, Bradenton, FL — Ms. McClellan served as a community engagement manager facilitating the Public Involvement Plan for the 10-year update to the MCAT Transit Development Plan, which included a broad public outreach process. In this capacity, she facilitated key stakeholder surveys, various charrettes, open house workshops, and grassroots outreach at major community centers to encourage public awareness and engagement for the project, which provided direction for transit improvements in Manatee County and reflected priorities for public transportation identified by the community. She also coordinated and developed marketing and outreach updates for the Transit Development Plan website and news releases to promote upcoming TDP engagement opportunities. Kimley>>> Horn 1-32 TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd Gerilyn Will Quest Corporation of America Stakeholder Outreach — Public RELEVANT EXPERIENCE Florida Department of Transportation (FDOT) District One, Public Information / Community Engagement, DeSoto, Glades, Hardee, Hendry, Highlands and Okeechobee Counties, FL — Ms. Will assists the in-house community outreach manager providing public information and community awareness support for construction projects as part of this districtwide contract. Her responsibilities include the organization and facilitation of public meetings, distribution of project information flyers, detour and lane closure announcements, RoadWatch updates, RoadWatch Advisory Reports, daily news clips to FDOT Heartland Operations Center staff and District PIOs, resolves stakeholder issues and maintains a city and county officials list database. She also attends construction progress meetings, performs field reviews and takes images of projects. Florida Department of Transportation Central Office, Multi -use Corridors of Regional Economic Significance (M-CORES) Statewide Communications and Workforce Development Consulting Services, Statewide, FL — Ms. Will serves as a Public Information Specialist and Corridor Field Liaison on the M-CORES team. She assists the lead project manager in the planning and execution of high-level communications with officials, industry and business associations and the media to grow awareness, spark constructive discourse and craft positive perceptions statewide of M-CORES. She researches, writes and proofreads op-eds, social media content, community citizen responses from FDOT listens submittals and collects daily news clips for the M-CORES program while maintaining a media coverage database. Ms. Will established a TEAMS Outlook folder. She also attended the Southwest Central Florida M-CORES Open House where she welcomed meeting attendees, distributed project fact sheets and documented the meeting with pictures to accompany the public meeting summary Florida Department of Transportation (FDOT) District One, CEI Services for American Legion Drive over the Peace River Bridge, DeSoto County, FL Ms. Will assists the in-house community outreach manager providing public information support for this $1.2 million project. This construction project includes bridge repair and rehabilitation of an old historic pedestrian bridge in Arcadia. In addition, the project includes new lighting on the bridge and sidewalks. She assists with updates in the RoadWatch Advisory and attends bi-weekly progress meetings. Ms. Will interacts with park personnel regarding bridge closures and access for park patrons while construction is on -going. She performs site visits and documents the project's progress through photographs. Collier County East Naples Community Development Plan, Naples, FL Ms. Will is assisting with public engagement efforts for the East Naples Community Development Plan which aims to identify the needs for future development and growth in the East Naples area. A crucial component of the study is input from the community SPECIAL QUALIFICATIONS Ms. Will is an experienced communications professional with 19 combined years in public involvement, community engagement and outreach, public information and marketing. PROFESSIONAL CREDENTIALS B.S., Business Marketing -Retailing, Rochester Institute of Technology v A.S., Visual Communication Technology Graphic Arts/Printing, Monroe Community College v A.S., Marketing, Finger Lakes Community College FDOT Design Manual, Topic #625- 000-002, 104 Public Involvement, 2019 v FEMA Emergency Management Institute (EMI) Course, IS-29.A, Public Information Officer Awareness, 2019 v Construction Plans Reading Training, 2019 W KimleyoHorn 1-33 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Gerilyn Will Relevant Experience Continued to establish a baseline of what the community needs and wants in the area that can inform future land development code and uses in the community. The study area primarily surrounds the corridors of Airport -Pulling Road to the west, US 41 to the south, CR 951 to the east and Davis Boulevard to the north. She is developing an e-mail distribution list for the study. City of Cape Coral Nicholas Parkway West Access Management and Waterline Design Project, Lee County, FL Assists in the public involvement and community engagement activities for this multi -faceted design project, which includes access management and replacement of the underground waterline along Nicholas Parkway between Santa Barbara Boulevard and Pine Island Road. Ms. Will prepares customized Right of Entry driveway reconstruction project agreement letters for residents and owners. Florida Department of Transportation (FDOT) District One, CEI Services for West Hickory Street from American Legion Drive to Baldwin Avenue, Desoto County, FL — Ms. Will assisted the in-house community outreach manager providing public information support for this $305,000 project. This construction project included full depth reconstruction of West Hickory Street as well as milling and resurfacing, drainage improvements, sidewalks signing and pavement markers and shoulder treatments. Ms. Will attended bi-weekly progress meetings and coordinated with DeSoto Park personnel regarding access to the county park while construction was on -going. She assisted with updates in the RoadWatch Advisory and performed site visits on a regular basis providing photographs of the project's progress. Kimley>>> Horn 1-34 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Section z PAST PERFORMANCE ,Limb PAST PERFORMANCE The Kimley-Horn team has extensive experience providing transit solutions in Florida and across the country. We're known for transit planning and design, intermodal and multimodal solutions, unique modeling and simulation capabilities, alternatives analysis, innovative funding, and leading -edge implementation of Intelligent Transportation System (ITS) technologies. More importantly, we're known for staying focused on your whole project, making sure all the pieces come together on -time and within budget. Our transit experts guide our clients through all phases of a project, from the early planning stages through final design and construction administration. For urban, regional, and statewide transit systems all over the country, we provide comprehensive analysis, planning and design services such as major investment studies (MIS), major route planning, alternatives analysis, line -by-line analyses, on -board surveys, service efficiency studies, demand modeling, environmental documentation, and comprehensive consensus -building activities. Our team includes specialists in new transit systems, major system expansions, multimodal transportation analysis, transit development programs, new technologies (GPS, AVL, Civis System, and NextBus), rail planning, specialized transportation programs, and special planning studies. The following projects illustrate our team's qualifications and success with similar projects over the last five years. In addition, we have included a project matrix to highlight the specific similar experience types illustrated by each project example. This matrix provides a summary of the type of work we completed compared to those required by your contract. TEAM -- —— T —— ——— —— C —— ——— —— ——— —— _ —— ——— E T C a C a o v > Q E N 0 E V > v > L v� � CL v� C of O G C N i 4J i C Vf > J co N i (n ate+ 7 CD F- +� L W ao o . i Q s d a V -a • y� in L — 7 C = M J Q > �.+ C ra >' Q Vf O 00 ~ C N y y.+ 7 V O N C ti N O ++ d y ++ H 7 O O Q m H ^ E V C Y v ~ R ~ 4J V V >` v N O FY E tcv.+ J v y v �O Y i = GJ N H 7 M O ++ _O SCOPE Lo >= 0 .�.+ L cp W C c �a c �m a �� C a..� �a 0 -------------- Stakeholder/Public Outreach GIS/Ridership Database Management/Mapping TBEST/Ridership Forecasting Transit Market Assessment F7 Key Performance Indicators/Service Benchmarking & Evaluation Alternatives Development/System Optimization Program Implementation Transit Development Planning & Integration Board/Committee Presentations Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd MIAMI TROLLEY EFFICIENCY STUDY p Miami -Dade County, FL The Miami Trolley Efficiency Study was prepared to identify the potential ways to improve Miami Trolley service and operational efficiency, identify areas in greatest need of improvement, and to guide how the City of Miami should approach future service changes to their 12 routes. The study completed an initial review of the existing trolley service conditions, evaluated individual route performance using available data, documented the operating statistics (i.e., weekday and weekend productivity, ridership, on -time performance and operating speed), and identified overall systemwide improvement and specific route recommendations. The study recommended route modifications to include simplifying and streamlining lower performing routes, consolidating or removing stops, consolidating routes, and modifying operating schedules. 1 1 - 1 1 1 1 1 1 1 1 1 near -term short -range 1 1 Mid -Term 1 I Q� I I I I TEAM MEMBERS INVOLVED Clarence Eng Oswaldo Meneses Adam Dankberg Caroline Fraser Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-2 MIAMI-DADE TPO ORIGIN DESTINATION SURVEYS FOR LOCAL BUS ROUTES p Miami -Dade County, FL Miami -Dade Transit Northeast Division Garage Origin -Destination Survey Kimley-Horn conducted on -board transit surveys for 22 Miami -Dade Transit bus routes serving downtown, Miami Beach, and north Miami. The project is the first of three Miami - Dade Transit bus divisions surveyed. Our team interviewed about 10% of the 100,000 daily transit riders over seven survey days to develop improved origin -destination, transit boarding and alighting, travel pattern, and socioeconomic data for inclusion in the Southeast Florida Regional Planning Model (SEPRM). The surveys were completed through one-on-one, on- board transit rider interviews by a multilingual survey team (English, Spanish, and Creole) using handheld electronic iPad tablets. Our team produced nearly 50% response rate using a survey instrument with 25 questions. The survey data was reduced, and geocoded maps were prepared to accurately represent the travel patterns of transit riders. The data quality combined with a strong overall response rate will improve ridership forecasts, and the modeling efforts needed to support the numerous Federal Transit Administration (FTA) funded transit studies in the region. Miami -Dade Transit Central Division Garage Origin -Destination Survey Kimley-Horn conducted on -board transit surveys for 22 Miami -Dade Transit Central Division bus routes serving downtown, Miami Beach, Kendall, Hialeah, Miami Springs, Little Havana, and Little Haiti. The project is the second of three Miami -Dade Transit bus divisions surveyed. Our team attainted our targeted 8% intercept rate of the 75,000 daily transit riders over seven survey days to develop improved origin -destination, transit boarding and alighting, travel pattern, and socioeconomic data. The surveys were completed through one- on-one, on -board transit rider interviews by a multilingual survey team (English, Spanish, and Creole) using handheld electronic iPad tablets. Our team produced a 41 % response rate using a survey instrument with 25 questions. The survey data was reduced, and geocoded maps were prepared to accurately represent the travel patterns of transit riders needed to support the numerous transit studies in the region. near -term short-range Mid -Term TEAM MEMBERS INVOLVED Clarence Eng Erin Emmons Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-3 SOUTH US 1 BUS RAPID TRANSIT (BRT) IMPROVEMENTS STUDY p Broward County, FL The project outlined Bus Rapid Transit improvements for Broward County's South US 1 corridor between Downtown Fort Lauderdale and Aventura Mall (Miami -Dade County), including connections to the Fort Lauderdale -Hollywood International Airport and other regional destinations. The study developed a package of short- and medium -term implementation projects and identified long term investments to improve transit service, mobility, livability, and support economic development along the county's third highest ridership corridor. The solutions included transit infrastructure, traffic signalization, intelligent transportation systems (ITS), transit signal priority (fSP), queue jumps (QJ), business access transit (BAT) lanes, and complete streets solutions to support local transit -oriented development plans and improve inter -county surface transportation with multimodal facilities. The plan identified improvements to pedestrian safety (crosswalks), passenger amenities (stops, shelters), transit operations (route, frequency), travel performance (traffic, ITS), and capital transit infrastructure (BAT lanes, QJ). Multijurisdictional coordination for the 12- mile corridor study was conducted through a project advisory committee consisting of five municipalities, two counties, two state agencies, an international airport, and eight additional stakeholder agencies. Public involvement activities included stakeholder interviews, transit onboard survey, and a community workshop. Project coordination was conducted with the Federal Transit Administration (FTA) serving as lead federal agency, and a Categorical Exclusion document was prepared in accordance to U.S. National Environmental Protection Act (NEPA) guidelines. The study's Low -Cost Improvements were unanimously adopted by the Broward County Commission, Broward MPO, and South Florida's regional planning advisory committee (PTAC). The Florida Department of Transportation (FDOT) is developing a Pilot Program to implement the coordinated transit and integrated traffic improvements, and the local jurisdictions are coordinating the implementation of study recommendations. near -term short-range Mid -Term ap� TEAM MEMBERS INVOLVED Clarence Eng Adam Dankberg Erin Emmons Kimley>>) Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-4 MIAMI-DADE MPO TRANSIT SERVICE ENHANCEMENT PHASE 2 p Miami -Dade County, FL Kimley-Horn led Phase 2 of the countywide bus system evaluation and service plan development for Miami -Dade Transit (MDT). This study outlined major restructuring, route modifications, and creation of a family of services (e.g., Rapid, frequent, local, circulator, express, and lifeline) to improve service and efficiency, increase ridership, and reduce costs for one of the nation's largest transit agencies. The new system plan, when implemented, will provide a stronger grid pattern of services, improve the core network, minimize passenger impacts, and considerably reduce annual operating cost savings. Kimley-Horn's services included evaluating the existing system and operations plans, developing updated bus network and service plans, report documentation, and overall project management. Kimley-Horn's recommendations included restructuring the bus network upon the existing rapid/frequent bus network and expanding upon these services, in addition to distinctive branding for each level of service. Our analysis considered potential Environmental Justice impacts to minority and low-income populations. A Title VI analysis was prepared and concluded that no disparate impact or disproportionate burden would result from the service modifications. srsrswroa f`mn.onnE mausrc aaurEs - A srstemw:ar m ® Mlyml-padp fir• - 1 1 1 1 0 near -term short-range Mid -Term I I 4�I y I I I TEAM MEMBERS INVOLVED Clarence Eng Adam Dankberg Erin Emmons Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-5 GWINNETT COUNTY TRANSIT DEVELOPMENT PLAN (CONNECT GWINNET) p Gwinnett County, GA The Kimley-Horn team was selected to study current and future transit needs in Gwinnett County —one of the most diverse and fastest growing counties in Georgia —to balance mode, frequency, and coverage while understanding the needs and wants of the broader community. The objectives of the Comprehensive Transit Development Plan (CTDP) included an evaluation and optimization of existing services with a look to peers across the country. The plan resulted in short-, mid-, and long-range recommendations for service that are constrained by likely available funding sources. Additionally, the plan included fare policy updates, paratransit system improvements, and the development of bus stop standards and guidelines. Connect Gwinnett included an extensive stakeholder and public outreach program, including a cross -county bus tour, six focus groups, dozens of community events, online surveys, a scientific survey, multilingual collateral, and attention -grabbing advertising. The final phase of outreach included six public meetings spread throughout the County. The SR 124 corridor has been identified as a rapid bus corridor in the Comprehensive Transit Development Plan. This involved dedicated bus lanes where the right-of-way and local development will permit. In other areas where right-of-way is more constrained, key intersections will involve queue jumper lanes for the buses to bypass queues and transit signal priority to extend green bands when buses are approaching. While the exact transit enhancements are not solidified for the corridor, it will be important for the SR 124 corridor project to consider how to maximize transit accommodations in concept development and design. = :ETRANS Poll I I I 0 0 I 1 1 1 I I 1 1 1 1 1 near -term short-range 1 Mid -Term 1 I I I 4� I I I TEAM MEMBERS INVOLVED Clarence Eng Adam Dankberg Jake Hermle Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-6 COBB WEEKEND BUS SERVICE ANALYSIS p Cobb County, GA Cobb County selected Kimley-Horn to provide transit planning services to develop weekend bus route and schedules for CobbLinc local bus service. Cobb County has been experiencing many new developments, including a new Major League Baseball stadium and mixed -use developments, that complement existing development including Kennesaw State University. Transit planning services included data collection, route productivity and on -time performance analysis of existing Saturday local bus service, and recommendations for possible Sunday local bus service. Kimley-Horn led preparation for several stakeholder meetings with Cobb DOT, Cobb Transit Advisory Board, and Cobb County Board of Commissioners. This study included transit market demand analysis, Title VI disparate impacts analysis, paratransit service demand analysis, route scheduling, fare revenue projections, and operating cost estimates. This study was transformational in introducing Sunday transit service in Cobb County. 1 1 1 1 0 1 0 0 L M I I 1 1 1 1 1 1 1 1 1 near -term short -range 1 Mid -Term 1 1 TEAM MEMBERS INVOLVED Mary Karlsson Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-7 TRANSIT DEVELOPMENT PLAN p Mankato, MN The City of Mankato retained Kimley-Horn to create the Greater Mankato Transit System's first Transit Development Plan. The plan was an update to the previous transit study that was completed in 2012. A special emphasis of this plan was to engage those from traditionally underrepresented communities. In addition to public engagement, Kimley- Horn led the data collection process; issues identification; system goals, objectives, and performance measures; transit asset management plan; marketing and communications plan; and organization and staffing plan; and assisted with service evaluation and recommendations and the financial plan. This plan was transformational in the way that current and potential riders were engaged in the planning process. 1 1 0 I I 1 - 1 1 1 1 1 1 1 1 1 near -term short -range 1 1 Mid -Term 1 1 ap� TEAM MEMBERS INVOLVED Mary Karlsson Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-8 TRANSIT STUDY p Garner, NC Kimley-Horn is working with the Town of Garner to select the best geographic area and service type for a new, local transit service. Kimley-Horn is analyzing current and projected transit needs and travel patterns, as well as providing public and stakeholder outreach planning and support, ridership estimates, fare structure analysis, transit alternatives, frequency of service, and an annual operating and capital cost estimate. Based on Kimley-Horn's analysis and recommendations, the Town of Garner will apply for matching operating dollars through the Wake County Community Funding Areas Program (CFAP) funding to expand the current transit service. 1 1 0 I I 1 - 1 1 1 1 1 1 1 1 1 near -term short -range 1 1 Mid -Term 1 ap� TEAM MEMBERS INVOLVED Mary Karlsson Mary Kate Morookian Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-9 RUSH LINE CONNECTING BUS SERVICE PLAN p Ramsey County, MN Kimley-Horn is leading the preliminary engineering, final design, and construction phase services for this 10-mile dedicated bus rapid transit (BRT) corridor. This project builds off the draft environmental assessment (EA), which Kimley-Horn also led. As the engineering services consultant, Kimley-Horn is providing project management, BRT engineering, civil engineering, traffic engineering, and architectural design. Additionally, the firm is supporting structural engineering, public involvement, new starts, value engineering, and constructibility. 1 1 0 I I 1 - 1 1 1 1 1 1 1 1 1 near -term short -range 1 1 Mid -Term 1 1 ap� TEAM MEMBERS INVOLVED Clarence Eng » Mary Karlsson Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-10 METRO TRANSIT A LINE BUS RAPID TRANSIT p Minneapolis -St Paul, MN Kimley-Horn completed the design of the first arterial bus rapid transit (BRT) line in the Twin Cities —the A Line. The Kimley-Horn team designed 18 station pairs along Snelling Avenue/ Ford Parkway/46th Street, allowing the BRT system to connect into both the Blue and Green light rail transit lines. The A Line has 10-minute headways for much of the day and the stations feature off -board fare collection, real time "Next Bus" signage, and CCTV cameras for security. Kimley-Horn's services included overall project management, site and utility design, landscape architecture, structural shelter prototype design, systems/technology, transit signal priority, traffic signal timing, hazard and threat analysis, and construction staging/ phasing. Key challenges in designing the BRT line included accommodating the new BRT station infrastructure within a confined urban environment while minimizing impacts to parking and adjacent businesses, traffic impacts due to in -lane BRT stops, drainage/utilities, historic properties, and pedestrian/bicycle movements. Additionally, the team designed a pilot station on 7th Street and Olson Memorial Highway in Minneapolis, allowing the Metropolitan Council to assess the function of the station prior to the A Line opening in 2016. Metro Transit and Kimley-Horn led this project through a new set of challenges that come along with first of its kind projects and developed an innovated kit of parts approach that will simplify implementation as the arterial BRT system continues to be built -out. This project met an aggressive schedule that required coordination with MnDOT, Ramsey County, Hennepin County, Saint Paul, Minneapolis, and Roseville to submit multiple design packages on schedule. near -term short-range Mid -Term TEAM MEMBERS INVOLVED Mary Karlsson Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-11 GWINNETT COUNTY TRANSIT, MICROTRANSIT PILOT STUDY p Lawrenceville, GA Kimley-Horn is supporting Gwinnett County Transit (GCT) in monitoring an ongoing microtransit pilot study being performed by Transloc. GCT intends to use the findings from this pilot to implement larger -scale microtransit services and associated technologies in the near future. Kimley-Horn's services include collecting and reviewing pilot reports and data to analyze demand, travel time/waiting time, and trip characteristics; working with staff to understand systems and desired functionalities; analyzing microtransit impacts on overall GCT operations (including paratransit and fixed -route services); offering considerations for collaborating with other regional providers; and developing an RFP scope to support the development of a larger -scale microtransit program. Kimley-Horn conducted on -board ridership surveys to support our study recommendations. 1 1 1 1 0 1 0 0 I I 1 1 1 1 1 1 1 1 1 near -term short -range 1 Mid -Term 1 TEAM MEMBERS INVOLVED Adam Dankberg Jake Hermle Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-12 TRANSIT STUDY p Tuscaloosa, AL The Tuscaloosa County Parking and Transit Authority has chosen Kimley-Horn to lead a transit study and provide analysis and recommendations that can be reasonably implemented within a five-year period. Kimley-Horn provides technical transit service analysis, as well as recommendations for alternative service types and developing a fare model to inform potential changes to the current fare structure/policy. --- G ■N■ moll r 1 1 0 I I 1 - 1 1 1 1 1 1 1 1 1 near -term short -range 1 1 Mid -Term 1 1 ap� TEAM MEMBERS INVOLVED Mary Kate Morookian Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 2-13 Process and Methods Used to Minimize Change Orders Whether technical planning studies or major design -engineering projects, Kimley-Horn places strong emphasis on establishing clear expectations at the project outset and actively manages project delivery with detailed work plans and schedules, regular meetings, management information systems (MIS) tools, quality assurance/quality control, and effective client and team communication. Unforeseen project conditions may occur, such as data availability issues, but our teams are able to pivot to meet your project schedule, budget, and deliverable needs. Kimley-Horn has a distinguished history of successfully completing projects on time and within budget and one of our goals in delivering exceptional client service is to avoid change orders. Unforeseen circumstances will affect the course of a project and we work to stay ahead of the curve through close and frequent interaction and coordination with our clients, eliciting feedback during critical tasks, and regularly monitoring progress. A Quality Control Manager is assigned to each of our projects, and all projects go through an intensive and thorough QA/QC program. Our QA/QC process involves the review of deliverables by an independent staff member who was not involved in originally creating the deliverables. The project is reviewed not only for conformance to scope requirements, but also to meet internal quality standards. Lastly, we have found that dissemination of information is vital to the project success as well as getting buy -in from the local community or other stakeholders (Elected Officials, for example). We adhere to the "early and often" philosophy in establishing and maintaining a line of communication for all interested parties. Kimley»)Horn 2-14 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Collier County Solicitation 20-7691 RR Cafier COunty Adrnini sh tive Scr+iocs DepW neat F rcrxeirenl Services ❑irrsOn Form 5 Reference Questionnaire FUSE ONE FORM FOR EACH REQUIRED RFERENCE� Solicitation: 20-7691 RR Reference Questionnaire for: Kimsey -Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP (Name of Individuals Requesting Reference Name: Jonathan Roberson 11 �/ --, (Evaluator completing reference questionnaire) Email: Company: Broward County Transit (Evaluator's Company completing reference) Tel 954-357-8338 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 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 firmlindivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0 " Project Description: US 1 BRT Im rovements Study Completion Date: 04/2015 Project Budget: 677 579.00 Project Number of Days: _300 f�10 manthsj Item Criteria Score must he completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Qua[ityofwork. !U 4 Quality of consultative advice provided on the project. 1 CJ 5 Professionalism and ability to manage personnel. to 6 Project administration (completed documents, final invoice, fin a] product turnover; invoices; manuals or going forward documentation, etc.) [7l r 7 Ability to verbally communicate and document information clearly and succinctly. ld 8 Abiltity to manage risks and unexpected project circumstances, r� 9 Ability to follow contract documents, policies, procedures, riles, regulations, etc. q 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 4/3/2020 11.56 AM p. 64 ***t1PDATED JANUARY 28, 2020' Collier County Solicitation 20-7691 RR leY Cv[atLy -5i fR xxoommt Servxas Drvam Form 5 Reference Questionnaire WSE OrVE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 2D-7691 RR Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP; Mary Karlsson, P.E.; Cristina Pastore, P.E., AICP (Name of Individuals Requesting Reference Information) Name: Andrea Foard, AICP, LEED AP BC+C Company: Cobb County Dept. of Transportation, Transit Division p (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Andrea. Foardocobbcounty.org Email: FAX: T 771-528-1614 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0.`° Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). n _[[ 3 Quality of work. 4 Quality of consultative advice provided on the project. (]r —j 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) I `� 7 Ability to verbally communicate and document information clearly and succinctly. 1 8 Abiltity to manage risks and unexpected project circumstances. ` `19 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). � TOTAL SCORE OF ALL ITEMS r •� 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR C,017 County paorninistrahe—Scr HA-s Z�epar4nent F'rc+aremenl Ser-imsDrmnirr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7691 RR Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP (Name of Individuals Requesting Reference Information) Name: Karen Winger, AICP (Evaluator completing reference questionnaire) Karen.Winger@gwinnettcounty.cc�m Email: t�'AX: Company: Gwinnett County, Transit Division (Evaluator's Company completing reference) Telephone: 770.822.7400 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Gwinnett Countywide Transit Development Plan Project Description: Completion Date: Project Budget: $1,061,326 July 2018 Project Number of Days: 365 (-12 months) Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 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.) 8 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 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR C,017 County paorninidr€heScrvicesDepa ent F'r¢+aremenl Ser-imsDrmnirr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7691 RR Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP; Mary Karlsson, P.E. (Name of Individuals Requesting Reference Information) Name: Steve Baisden; Christina Morrison (Evaluator completing reference questionnaire) stephen.baisden@metrotransit.org Email: christina.morrison@metrotransit.org FAX: Company: MetroTransit (Evaluator's Company completing reference) Telephone: 612-373-3333 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Rush Line Connecting Bus Service Plan Project Budget $45, 000 Completion Date: Fall 2019 Project Number of Days: Fall 2018 to Fall 2019 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). n/a - our agency was not the contract holder 2 Ability to maintain project schedule (complete on -time or early). n/a - I don't believe there was a set deadline for this 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 7 *see below 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. n/a 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. n/a 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 - I think KHA is the best consultant that I have worke TOTAL SCORE OF ALL ITEMS with over the last 7 years * This was a unique working structure where a consultant was hired by a county government to create a final product that was also supported by the local the transit agency. The transit agency would ultimately operate the proposed service. Other consultants were also hired by the county, creating a challenging organizational structure. We sensed Kimley-Horn staff felt caught in the middle as county staff, other consultants and transit agency staff disagreed on certain proposed improvements. We think Kimley-Horn staff, while hired by the county government, could have provided more push back and constructive advice in light of county and other consultant desires. 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR C,017 County AdarnFrHdr3heScrvices Dep3r4T7e nt F'rc+aremenl Ser-imsDrmnirr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7691 RR Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP (Name of Individuals Requesting Reference Information) Name: Jon (Tristan) Jackson (Evaluator completing reference questionnaire) jonjackson@miamigov.com Email: FAX: Company: City of Miami, Transit and Mobility Division (Evaluator's Company completing reference) Telephone: 305.416.1122 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Miami Trolley Efficiency Study $63,497 Completion Date: January 30, 2020 Project Number of Days: 450 (-15 months) Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 8 3 Quality of work. 8 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR C,017 County AdarnFrHdr3heScrvices Depa enl F'r¢+aremenl Ser-imsDrmnirr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7691 RR Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Clarence Eng, FAICP; Mary Karlsson, P.E. (Name of Individuals Requesting Reference Information) Name: Ia Xiong (Evaluator completing reference questionnaire) Email: ixiong@rochestermn.gov FAX: Company: City of Rochester, MN, Dept of Public Works (Evaluator's Company completing reference) Telephone: 507-328-245 8 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description:Assist in implementation of Transit Development P1anCompletion Date: 12/31/20 Project Budget: _$225,000 Project Number of Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) N/A 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 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR C,017 County AdarnFrHdr3heScrvices Depa ent F'r¢+aremenl Ser-imsDrmnirr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7691 RR Reference Questionnaire for: (Name of Company Requesting Reference Information) Mary Karlsson, P.E. (Name of Individuals Requesting Reference Information) Name: Craig Rempp (Evaluator completing reference questionnaire) Email: crempp@mankatomn.gov FAX: Company: City of Mankato (Evaluator's Company completing reference) Telephone: (507) 387-8655 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Mankato Transit Development Plan Project Budget: $255,885 Completion Date: 11 /2/2018 Project Number of Days: 3/1/2017 - 6/30/2018 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 9 Would have liked more options for expansion 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 99 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** Section 3 PROTECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS C2-14 r cz- s PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Approach Kimley-Horn has assembled a team of qualified and experienced staff for this project. Their combined effort will facilitate delivery of quality results that meet the County's project objectives, as well as schedule and budget requirements. We understand the challenges that face transit agencies and the importance of optimizing service efficiency and scarce resources in a fast -changing mobility environment. We commit to working with Collier County to achieve high quality, reliable, and productive transit service in a cost-effective manner via the development and implementation of this Comprehensive Operations Analysis (COA) Study. Project Management Kimley-Horn's project manager, Ryan Suarez, AICP, is an experienced Florida transit agency planning manager. He is currently unencumbered with other projects and will be available to dedicate a large portion of his time to the Collier County COA Study. His experience managing similar projects and his knowledge of CAT staff expectations uniquely position him to lead and carry out this project. Successful project management and delivery requires close coordination between Ryan Suarez and CAT staff. Ryan will serve as the point of contact for this contract and is responsible for providing exceptional, proactive client service by maintaining overall control of the project delivery; and by managing the flow of information both internal to the project team and with the Collier County project manager. He will be accountable for the schedule, project delivery, and quality of the work, and he will coordinate the efforts of the entire Kimley-Horn team to ensure that each deliverable is consistent with your requirements. Kimley-Horn has a successful track record of delivering high -quality projects on time. To effectively manage the COA effort, we will continually: p Review the scope of services to ensure all contractual obligations are achieved p Develop a QA/QC Plan and Project Work Plan to establish tasks, deliverables, and team member responsibilities p Schedule QA/QC reviews well in advance of all submittal dates Q Communicate with your project manager, the project team, and CAT staff p Encourage, promote, and facilitate communication between all involved parties and ensure these communications are clear and complete p Ensure that all project meetings are properly documented with meeting summaries p Monitor the schedule and progress of all project activities and coordinate with your project manager through regular communication, progress reports, and invoicing p Achieve CAT criteria and expectations Kimley-Horn places great emphasis on client service. We pride ourselves on being technically sound, providing excellent project management to fully deliver the scope on time and on budget, and demonstrating flexibility —always with respect to the client. The following provides an overview of our approach for the various task activities outlined in the scope of services. Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 3-1 Public Involvement/Stakeholder Outreach Collier County has indicated a desire for a comprehensive public engagement strategy that leverages existing outreach performed as part of the Transit Development Plan (TDP). We propose a dual -pronged stakeholder approach: one directed at the general public to include existing transit passengers and one to ensure consistency and coordination with the TDP development team. For the public involvement effort, Kimley-Horn will be supported by Quest Corporation of America (QCA). QCA is a nationally recognized, DBE -certified public engagement firm that caters to the communication needs of the transportation industry. QCA has a strong, local presence in Southwest Florida. Yvonne McClellan, OCA's Senior Communications Manager, is a Collier County resident and brings bilingual (Spanish and English) speaking and translation proficiencies to the team. In addition, QCA has the capability of translating project outreach materials into Creole language materials. Given their body of work in Collier County and throughout the state of Florida, QCA provides the value- added services of understanding the Collier County community and developing messaging, in varying formats, that resonate effectively with target demographic groups. QCA will also be a key contributor to the Public Involvement Plan and Public Engagement Plan tailored specifically for this project. Implementation of those plans will benefit from their understanding of local conditions and their familiarity with local community events. In addition, the plans will consider the availability of existing public outreach information for this effort. Our comprehensive approach will ensure an inclusive and engaging public involvement process that reflects the type of service change recommendations that benefit all CAT users. Transit Development Plan Coordination Important components to the outreach effort are communication and coordination with the CAT Transit Development Plan (TDP) team. Service and policy implications from feedback received from the TDP public engagement efforts will have to be carefully integrated into the resulting COA service plan. John Lafferty will provide oversight and facilitate TDP coordination for the Kimley-Horn team. John has extensive experience and a strong understanding of the TDP process gained from leading numerous FDOT-required transit development plans for transit agencies across the state. John has available time to dedicate to this project and his 20-plus years of extensive transit planning experience offers substantial value to Collier County. His focus on TDP coordination and consistency is relevant for stakeholder outreach activities during the development and phasing of service plan alternatives and for coordination with the TDP and through the completion of the COA activities. Data Collection/Market Analysis Data collection and market analysis activities will need to be performed efficiently to meet the anticipated project schedule. Since the County has requested that the COA address the transformation in mobility occurring throughout the country, this effort will consider how well different service modes match with the land use density and travel markets they serve. To adequately address the desire of the County, Kimley-Horn proposes a three -pronged data collection approach consistent with the project scope of work: p Analysis of stop -by -stop activity data p Transfer survey at major stations p Assessment of land use and demographic data Our team's ability to collect, organize, and batch stop -by -stop ridership information is fundamental to the operations analysis and will allow us to identify areas of low ridership productivity that could be targeted with alternative services. Concurrently, the transfer activity information and land use/demographic data will have to be carefully integrated into the review of ridership data. The data collection and market analysis task will support the critical development and evaluation of service change alternatives. COA work requires that large and complex sets of information be organized and depicted clearly and in simple terms. To complete the data collection and analysis work, Kimley-Horn has assembled dedicated professionals proficient in database management and geographic information systems (GIS), including Erin Emmons, GISP and Oswaldo Meneses. Erin Emmons holds a GIS professional certification and supports Kimley-Horn's transit and transportation planning projects. Oswaldo Meneses is an experienced transit planner who worked at San Diego Metropolitan Transit System (MTS) prior to joining Kimley-Horn. Along with several support staff, this team will apply the attention to detail that this task requires. Kimley»)Horn TRTF34OO2.2O2O - Comprehensive Operations Analysis Study.indd 3-2 Route/System Optimization The development of service alternatives will be the product of several resources, including CAT team coordination, the proposed TDP service plan, public input, and the data collection and market analysis described above. The analysis team will organize data collected in preparation for an assessment of CAT service efficiency. Service efficiency will be measured using benchmarks for key performance indicators (KPI) established in coordination with CAT staff. The resulting metrics from the data collection work will be compared to the KPI benchmarks to identify underperforming and productive service. Identification of underperforming services will allow for the tabulation of service hours that can be reallocated to establish new service to new areas or to bolster existing, productive service. The service alternatives will evaluate the reallocation of service hours. The evaluation can be conducted by individual service change or, more effectively, by a proposed set of service changes for each plan implementation phase. The alternatives analyses will be performed by Jiaxin Tong, P.E. Jiaxin has more than 12 years of experience in transportation and transit modeling, including experience working with the Florida Department of Transportation's TBEST Transit Planning Software. The intent of this approach is to deliver a set of system improvements that will optimize CAT service and result in a net increase in ridership productivity. The development of alternatives for inclusion in the optimization effort will be closely coordinated between CAT staff, our project manager, and Adam Dankberg, P.E. Adam will serve as an independent third -party project advisor to ensure consistency between service proposals and mobility needs in the service area. Phased Service and Implementation Plan Prioritization of service enhancements for implementation will be grouped into three phases as delineated in the scope near -term of services: near -term (1-2 years), short-range (3-4 years), and mid-term (5+ years). Similar to the development of alternatives, this task will be closely coordinated with CAT staff prior to presentation to the Public Transit Advisory Committee and the public. In this manner, staff will be kept abreast of all potential solutions and any identified "red flags" Mid-Ti to assure these are addressed in a timely fashion to mitigate any impact to the overall project schedule. Policy Integration Beyond the effort to provide consistency with the TDP major update and CAT policies, Collier County has asked for the examination of multi -agency fare collection opportunities between Collier County and Lee County. Kimley-Horn will work with CAT staff to examine feasible fare payment options and policies that are applicable to the system design established through the COA service plan. Both Mary Kate Morookian and John Lafferty provide CAT with applicable fare policy experience to facilitate an assessment of fares. Presentations and Documentation Kimley-Horn understands that buy -in from staff, advisory committees, and key stakeholders in the community is critical for the successful implementation of actions defined in the plan. We understand that hard work and sound objective analyses can be easily misinterpreted if not conveyed appropriately. Our team is experienced with producing quality and easy -to -understand deliverables to our clients. The effective communication of complex ideas is a strength of Kimley- Horn's transportation and transit planning team. We are committed to creating public participation programs and materials that educate, inform, and build consensus for the County. We recognize that the communication of ideas is one of the most critical aspects of the planning and design process. Our dedicated in-house team of graphic designers and visualization specialists create simplified graphic solutions to convey complex ideas or concepts that the target audience can easily comprehend and process. Kimley-Horn's graphic design professionals have extensive experience developing materials for public involvement and educational workshops, as well as project branding and collateral design. The County has expressed a desire to develop a concise, detailed, and easy -to -read Executive Summary to document findings and actions around a key theme. Our team will work with staff to develop that theme and present it to the Public Transit Advisory Committee and other stakeholders. The anticipated result will be an actionable plan that staff can carry forward immediately. Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 3-3 Willingness to Meet Time and Budget Requirements Our Commitment to You We recognize that budget and schedule control are critical to a project's success. Meeting your schedule is not just a goal to us —it is a mandate. A project schedule is a road map guiding us to a goal —completion of a project by a certain date. But experience has shown that no matter how carefully we plan, things can change. How successfully we adapt to those changes is in part a result of how well we manage our resources and understand the demands on them, both internal and external. Kimley-Horn has a track record of successfully completing projects on or ahead of schedule and within budget. The key to our success in this area is managing the right resources at the right time. We emphasize project management using bimonthly effort reports that give our project managers up-to-date staffing and expense information related to their projects. This information enables them to continuously monitor the status of project cost, cost -control effectiveness, and schedule. Schedule/Timeline Control Given the accelerated schedule for the project outlined by the County, it is paramount that the team stay focused on results. To that end, a list of key milestones and meetings have been defined that will provide actionable results and directly inform project outcomes. The conceptual level schedule, shown on page 3-6, includes those milestones and meetings as prepared based on our understanding of the project and the key objectives and themes outlined in the solicitation. In addition, our team offers three important advantages to meeting your project goals and schedule: our past experience with similar projects, the proximity of Kimley-Horn and QCA offices to Collier County, and the availability of key project staff. These three factors will facilitate the completion of work in a satisfactory and timely fashion. Upon receiving project award and prior to the notice to proceed, we will develop a work plan that includes specific task items, technical methods, responsibilities, time allocation, and a detailed milestone schedule for the COA Study effort. This work plan process ensures the correct allocation of team resources to complete all COA work activities and minimizes potential schedule delays through early detection, experience, and expertise. After project initiation, we propose weekly status meetings with CAT staff to maintain high levels of communication and ensure no tasks or subtasks "fall through the cracks." These regularly scheduled progress meetings with CAT will discuss project progress, work products, upcoming activities, and issues that must be addressed to maintain the project schedule. INTER. ' �CLiE Approach to Managing Cost and Schedule In addition to proactive communication efforts with CAT staff, Kimley-Horn will use an internal "work plan" tool for organizing individual project tasks by phase and discipline. Anticipated labor effort is summarized in a matrix that forms the basis ki TPA`. TAf Ik, for establishing and tracking the project budget. We track _ project budgets and expenses in the work plan tool to measure performance during each accounting report period and project budget status reports are available to all team leaders within each office. RNEE' o a I Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 3-4 The work plan is also the tool for establishing staffing for each project and identifying the anticipated labor requirements of each phase. The work plan is reviewed frequently throughout the project and used in conjunction with our in-house "cast -ahead" process to forecast project workloads. This program requires project managers to forecast, on a weekly basis, their staffing needs for the upcoming week. This "cast -ahead" process is followed by a weekly conference call among company resource managers to identify who is overloaded and who needs work. Resources are reallocated on a weekly basis as needed to meet client schedules. A similar process is conducted monthly as project managers forecast their resource needs during the next six months. This information is used to assess additional staffing needs. Conducted throughout the entire 4,000-person firm, these extra efforts are performed to make sure our project managers have the resources they need to meet our clients' needs. Continuous monitoring of project progress against remaining schedule and budget is accomplished through a proprietary Kimley-Horn business management program we call "PM App" that allows us to track project spending against budget and analyze performance in real time. Early identification of overspending allows our project managers to make the necessary adjustments and get the project back on track as quickly as possible. Minimum Change Order History Kimley-Horn has a distinguished history of successfully completing projects on time and within budget. Over the course of the last five years we have been able to minimize change orders on our contracts, and many of the change orders that have occurred have been client initiated. The table below depicts some of the many projects we have successfully delivered to our clients on time and within budget. That level of service offered to our clients is a product of careful staff workload management, the active pursuit of only select projects, and a robust quality control and quality assurance process. Miami Trolley Efficiency Study, Miami ----------------------- Miami-Dade Transit Northeast Division Garage Origin -Destination Survey for Local Bus Service, Miami -Dade MPO ----------------------- Yes - Client Addressed client's data vendor data Yes Yes Initiated delivery and quality issues and adjusted project schedule ------- ------ ------ ------------------- Yes Yes No N/A Miami -Dade Transit Central Division Garage Yes Yes No Origin -Destination Survey, Miami -Dade MPO N/A ----------------- - - - - -- South US I Bus Rapid Transit (BRT) - - - - - -- Yes - - - - -- Yes - - - - -- Yes - Client --------------- - - - - Client requested onboard surveys for Improvements Study, Broward County -- - - - - - - - - - - - - - - - - - - - -- - - - - - -- - - - - -- Initiated - - - - -- connecting city trolleys --------------- - - -- Miami-Dade MPO Transit Service Yes Yes Yes - Client Client requested additional evaluation Enhancement Phase 2, Miami -Dade County Initiated to consider major service cuts -- - - - - - - - - - - - - - - - - - - - -- Gwinnett County Transit Development Plan - - - - - -- - - - - -- - - - - -- Yes - Client ------------------- Client requested even more robust (Connect Gwinnett: Transit Plan), Gwinnett Yes Yes Initiated public outreach than initially scoped County, GA ----------------------- ------- ------ ------ ------------------- Cobb Weekend Bus Service Analysis, Cobb Yes - Client County Board election changed policy County, GA Yes Yes Initiated direction. Client requested additional services from Kimley-Horn. Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 3-5 '-COLLIER COUNTY1 .. OPERATIONS ► ►(COA) - —] JUL AUG SEP OCT NOV DEC JU PROJECT SCHEDULE N _l Task Name PROJECT MANAGEMENT/ADMINISTRATION Kick Off/Project Status Meetings COMPREHENSIVE OPERATIONS ANALYSIS Public Involvement Public Involvement Plan (PIP)/Public Participation Plan (PPP) Stakeholder & Public Outreach/TDP Coordination Data Collection/Market Analysis Analysis of Alternatives TBEST/Alternatives Modeling/System Optimization Phased Service and Implementation Plan Development Policy Integration/TDP Consistency_ _ _ _ _ _ _ _ _ _ 11 t_ Prepare and Present Study Public Transit Advisory Committee Presentation Prepare and Present Final Study DOCUMENT PRODUCTION AND DELIVERY Prepare Draft Report Prepare Final Report & Executive Summary li!�= Project Kick -Off Meeting/Deliverables Kimley>>> Horn 3-6 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Jecilun 4 RECENT, CURRENT, AND PROTECTED WORKLOADS 'OF TI RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM Kimley-Horn is very proactive when it comes to anticipating and managing our current workload and capacity to take on additional work without impacting our ability to serve our clients. Our proactive management process ensures the availability of firmwide and Florida -based resources for project staffing requirements. This management process, called "cast-aheads," is a proprietary program that is maintained on Kimley-Horn's computer network and is accessible by all project managers nationwide. It is the primary means of tracking and evaluating our staffing needs. Updated monthly by project managers, the cast -ahead system is used to define specific staffing needs for the current month and for the next six months. The cast -ahead process ensures that sufficient staff and hours are available to meet project schedules. Work overloads or shortages for specific personnel, individual offices, and disciplines are tabulated and addressed. Where possible, these imbalances are resolved through internal shifts of personnel between offices. The objective is to balance the workload in a manner that maximizes the use of production staff, while ensuring that all project requirements and client deadlines are met. Our project manager, Ryan Suarez, P.E., has analyzed our current and projected workloads and determined that our proposed staff is readily available and in an excellent position to serve Collier County immediately under this contract. At this time, we foresee no barriers to providing the County with timely services. Should we see the need for additional resources, we have more than 800 staff across the state available for technical support to ensure all aspects of your projects are covered and schedule milestones are achieved. The members of our project team were selected for the following reasons: p Transit Service planning qualifications and implementation experience p Local knowledge and experience working in Collier County p Immediate availability and commitment to deliver Collier County's COA Study Our team members have the experience required to develop appropriate targets, tailor suitable courses of action, and provide timely decision -making for any unexpected challenges that may arise. Kimley-Horn has a superior record of exceeding client expectations, and our team is committed to continuing that record in its service to Collier County and its staff. To that end, we will make your project our highest priority. In the chart below, we have provided more detail on the availability of our key staff members. We are confident that with the use of our'cast-ahead' system, we can provide Collier County with ample resources and availability to meet all your project needs. Ryan Suarez, AICP Clarence Eng, FAICP Caroline Fraser, E.I. John Lafferty US 192 Mobility Plan 40% complete PSTA Central Avenue TOD Strategic Plan ------------------------------ University Area Multimodal Feasibility Study 20% complete ---- - - - - - - 90% complete Tampa Streetcar Modernization and Extension 95% complete PSTA Central Avenue TOD Strategic Plan ------------------------------ University Area Multimodal Feasibility Study 20% complete ---- - - - - - - 90% complete US 192 Mobility Plan 40% complete PSTA Central Avenue TOD Strategic Plan ------------------------------ SFRTA Tri-Annual Passenger Count Program 20% complete ---- - - - - -- 50% complete Broward MPO Transportation Surtax Services 90% complete Miami -Dade TPO STOPS On -board Passenger Surveys 25% complete Miami -Dade TPO Mobility Hubs Study 90% complete Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 80% 60% 70% 80% 4-1 Jake Hermle, P.E. -------------- Oswaldo Meneses -------------- Erin Emmons, GISP -------------- Adam Dankberg, P.E. -------------- Jiaxin Tong, P.E. Mary Karlsson, P.E. -------------- Mary Kate Morookian -------------- Yvonne McClellan (QCA) -------------- Gerilyn Will (QCA) -------------- CSUMB Campus Shuttle Plan 50% complete San Rafael Transit Center 20% complete Millbrae Station Access Plan -------------------------------------------- VTKs BART Silicon Valley Extension PH 1 75% complete 95% complete VTKs BART Silicon Valley Extension PH II 10% complete 1-680 Bus On Shoulder 30% complete MARTA LRT Design Standards Broward MPO Transportation Surtax Services 20% complete 90% complete Okeechobee County Buildout Plan 20% complete FDOT D4 Multimodal Checklist 20% complete Village of Pinecest GIS Support Millbrae Station Access Plan 25% complete 90% complete CSUMB Transit Shuttle Plan 50% complete San Rafael Transit Center 50% complete CCTA Shared Mobility Hubs Benning Road Reconstruction and Streetcar Project, DC 5% complete 90% complete Memphis Bus Rapid Transit System (Innovation Corridor), Memphis, TN 20% complete Transit Vision Plan, Alexandria, VA 90% complete Fairfax County Parkway Corridor Improvement Plan, Fairfax County, VA ------------------------------ TH 36 Transit Feasibility Study 80% complete ---- - - - - -- 0% complete Sioux Falls Metropolitan Transportation Plan Update 60% complete Cobb County Comprehensive Transportation Plan 60% complete Columbus Northwest Corridor Multimodal Transportation Strategy ------------------------ - - - - -- Garner Transit Study 5% complete -o 90% complete Regional Transit Center Feasibility Study 70% complete Wake County Park and Ride Study 70% complete WATA Title VI Analysis Collier County Public Works 90% complete 90% complete Collier County Housing Authority FDOT GEC - Heartland Operations CEI Support (Ongoing) 60% complete 25% complete 30% 30% 65% 30% 50% 35% 70% 80% Kimley>>) Horn 4-2 TRTF34002.2020 - Comprehensive Operations Analysis Study.indd Section 5 REQUIRED FO a f---7 S 1917 COLLIER AREA TRANSIT 77 i s; 19 Collier County Solicitation 20-7691 RR CAW 00"Tity A&nini .e Services Depww7en[ ncco, an%ed Services D-yrmv Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: [✓� General Bid Instructions has been acknowledged and accepted. [• Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification +[7� Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [J� Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposalibid. [+7� Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE [+� E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. [� Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. [.� Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. [+7� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [J� Vendor W-9 Form. [+� Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. [� The Bid Schedule has been completed and attached with your submittal, applicable to bids. [� Copies of all requested licenses and/or certifications to complete the requirements of the project. [J� All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. [� County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. [� Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. 4/3/2020 11:56 AM p. 57 ***UPDATED JANUARY 28, 2020*** Collier County orrC County pddn. a SurVias Deparng*t[ Pronwl ry,ef41[Qs Diyrsp Y' Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: Solicitation 20-7691 RR The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 15th day of April 2020 in the County of Orange , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Kimley-Horn and Associates, Inc. 1412 Jackson Street, Suite 2 Fort Myers, FL 33901 Florida PE — CA696; LA — LCC000219-1 PG — LB696; PG — GB175 56-0885615 CAGE: OBPM5 813.556.6677 an.suarez ki le-horn.com Project Manager) Scott Gilner, P.E., Vice President 4/3/2020 11:56 AM p. 58 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 20-7691 RR Additional Contact Information Send payments to: Kimley-Horn and Associates, Inc. (required if different from Company name used as payee above) Contact name: Heather Stone Title: Project Accountant Address: PO Box 932520 City, State, ZIP Atlanta, GA 31193-2520 Telephone: 561.840.0251 Email: heather.stone@kimley-horn.com Office servicing Collier County to place orders (required if different from above) Contact name: Ryan Suarez Title: Project Manager Address: 1412 Jackson Street, Suite 2 City, State, ZIP Fort Myers, FL 33901 Telephone: 813.556.6677 Email: ryan.suarez@kimley-horn.com 4/3/2020 11:56 AM p. 59 ***UPDATED JANUARY 28, 2020*** State of Florida Department of State Kimley-Horn has renewed this document and is waiting to receive the new certificate. I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES, INC. is a North Carolina corporation authorized to transact business in the State of Florida, qualified on April 24, 1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31, 2019, that its most recent annual report/uniform business report was filed on April 27, 2019, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Ninth day of May, 2019 M��A& Secretary of State Tracking Number: 5900845381CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication Detail by Entity Name Page 1 of 5 Florida Department of State =!f V!'JUf'I if .orgI,.���3.`-«��� till Ffffn Lflf 3!1dr Ul Fivrtdrl "'ta�F r Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information Document Number 821359 FEI/EIN Number 56-0885615 Date Filed 04/24/1968 State NC Status ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 08/02/2016 Mailinq Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 08/02/2016 Reaistered Aaent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION. FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title President, Director Lefton, Steven E. 11400 Commerce Park Drive Suite 400 Reston, VA 20191 DIVISION OF CORPORATIONS http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/ 15/2020 Detail by Entity Name Page 2 of 5 Title VP, CFO Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP, Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP. Treasurer McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Atz, John C. 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 200 South Tryon Street Suite 200 Charlotte, NC 28202 Title Director Danielson, Paul B. 767 Eustis Street Suite 100 Saint Paul, MN 55114 Title Director Hall, James R. http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/ 15/2020 Detail by Entity Name Page 3 of 5 13455 Noel Road Suite 700 Dallas, TX 75251 Title Director Montanye, Emmeline F. 817 West Peachtree Street NW, Suite 601 Atlanta, GA 30308 Title Director Peed, Brooks H. 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Schiller, Michael G. 7740 N 16th Street Suite 300 Phoenix, AZ 85020 Title Director Tribble, G. Bradbury 2201 West Royal Lane Suite 275 Irving, TX 75063 Title Officer Demeter, EC 445 24th Street Suite 200 Vero Beach, FL 32960 Title Director Goldman, David S. 12740 Gran Bay Parkway West Suite 2350 Jacksonville, FL 32258 Title Officer Rapp, Bryan T. 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/ 15/2020 Detail by Entity Name Page 4 of 5 Title VP Barnes, R. Russell, III 1920 Wekiva Way Suite 200 West Palm Beach, FL 33411 Title Director Dvorak, William E., Jr. 111 West Jackson Boulevard Suite 1320 Chicago, IL 60604 Title Director Mutti, Brent H. 7740 N 16 Street Suite 300 Phoeniz, AZ 85020 Title VP Nadeau, Gary J. 1777 Main Street Suite 200 Sarasota, FL 34236 Title VP Thigpen, Jonathan D. 189 S Orange Avenue Suite 1000 Orlando, FL 32801 Title VP Mingonet, M. Scott 189 S Orange Avenue Suite 1000 Orlando, FL 32801 Annual Reports Report Year Filed Date 2018 03/15/2018 2019 04/27/2019 2019 11 /25/2019 Document Images 11/25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format http://search. sunbiz. org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 4/ 15/2020 Detail by Entity Name Page 5 of 5 06/21/2018 -- AMENDED ANNUAL REPORTI View image in PDF format 03/15/2018 -- ANNUAL REPORT I View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 08/02/2016 -- AMENDED ANNUAL REPORT View image in PDF format 01/28/2016 -- ANNUAL REPORT View image in PDF format 09/09/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/15/2015 -- ANNUAL REPORT View image in PDF format 04/22/2014 -- ANNUAL REPORT View image in PDF format 01/14/2013 -- ANNUAL REPORT View image in PDF format 03/29/2012 -- ANNUAL REPORT View image in PDF format 02/17/2011 --ANNUAL REPORT View image in PDF format 04/21/2010 -- ANNUAL REPORT View image in PDF format 04/30/2009 -- ANNUAL REPORT View image in PDF format 05/14/2008 -- ANNUAL REPORT View image in PDF format 04/12/2007 -- ANNUAL REPORT View image in PDF format 04/21/2006 -- ANNUAL REPORT View image in PDF format 06/02/2005 -- ANNUAL REPORT View image in PDF format 04/26/2004 -- ANNUAL REPORT View image in PDF format 04/30/2003 -- ANNUAL REPORT View image in PDF format 08/12/2002 -- Reg. Agent Change View image in PDF format 05/08/2002 -- ANNUAL REPORT View image in PDF format 02/06/2001 --ANNUAL REPORT View image in PDF format 03/02/2000 -- ANNUAL REPORT View image in PDF format 03/17/1999 -- ANNUAL REPORT View image in PDF format 02/12/1998 -- ANNUAL REPORT View image in PDF format 02/27/1997 -- ANNUAL REPORT View image in PDF format 03/05/1996 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations http://search. sunbiz.org/Inquiry/CorporationSearchISearchResultDetail?inquirytype=Entity... 4/ 15/2020 Collier County Solicitation 20.7691 RR Asw"WOM 7� Dw rrv- Form 2: Conflict of Interest Certification Affidavit The Vendor =6ries that, to the best of its knowledge and belief the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —Thc firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement`s statement of work, specifications, or performing systems egineenng and technical direction for the procurement) which appears to skew the competition in favor of my firm - Impaired objectivity — The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals I past performance of itself or a competitor, which cans into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or fi we solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), nteeting(s), doctiment(s ) sadlor other incans- Failure to disclose all material or having an organizational conflict in one or more of the !rice categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced prajcet(s). lay the signature below, the firm (employees, officers andlor agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or ❑therwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Kimley-Hom and Associates, Inc. Company Name Signature Scott Gilmer, P.E., Vice president Print Name and Title State of Florida County of Orange The foregoing instrument was acknowledged before me by means of V physical prescnce or 0 online notarization, thus 15th day of April (month), 2020 (yearl, by Scott Gilmer. R.E. (name of person acknowledging), san�K,,wnR Produced Identification Type of Identification Produced 4=02011:56 AM (Signature of Notary Public -'State of Florida) (Print, Typc, or Stamp Commissioned Name of Notary Public) E *cc aids d:iorida Keysssion GO 44437a OW024 P. 60 1—UPDATEDJANUARY 2& 2a28"6 Collier County Solicitation 20-7691 RR CQIrr Ctm t"ry Form 3: Immigration Affldavlt Certification This Affidavit is required and should be signed, by an authorised principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program Qj1tN:1hA,"Nv.c-verifv.euv11, at the time of the submission of the Vendors proposal/bid- Aeeeptable evidence of your enrollment consists of a copy of dw properly completed 13 Verify Company Profile page or a copy of the frilly executed F.-Verify Memoranifirm of Understanding for the company which will be produced at the lime of the srrbmwriarr of the f i ndew's proposal,bid or within five (5) day of the Counh•'s Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALlBID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workcrs, constituting a violation of the employment provision contained in S U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (' INA'-). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (0 of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1486 lmmigration Act and subsequent Amendmerit(s)) and agrees to comply with the provisions of the Memorandum of Understanding with F-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (F-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposallbid. Kimley-Hom and Associates, Inc. Company Name Signature Scott Gilner, P-E., Vice President Print Name and Title state of Florida County of Orange The foregoing instrument was acknowledged before me by means of N physical presence or El online notarization, this 15th day of April (month), 2020 {year), by Scott Gilner, P.E. {name of person acknowledging). I'rrsanally Knv�vrl R Produced Identification Type of Identification Produced 413rMO 11:56 AM (Signature of Notary Public - State of Florida) (Print, Type:, or Stamp Conunisstoned Name of Notary Public) Notsry Public Scats d Florida Lauren A Keys r� '4,'f �, my cor G 944376 miwon G EXly IAWZG2.3 P. 51 •"UPDATED SA.\ VARY 3& I020""" E-Verify Requirements Federal law requires all employers to verify the identity and employment eligibility of all persons hired to work in the United States. Kimley-Horn and Associates, Inc. provides the Social Security Administration (SSA) and, if necessary, the Department of Homeland Security (DHS), with information from each new employee's Form 1-9 to confirm work authorization. Kimley-Horn has participated in E-verify on a firmwide basis since January 2009. Our E-verify number is 412062. The effective date is 05/02/2011. Sterling is Kimley-Horn's Employer Agent and their company ID is 21804. rZ vefify $ CC&~ IffiflaWTIDN $ FF5�gYFR C+CfE�Y4RM e �r� $ CCla T•{M $ PL VSW G SUBW HOT• Ces4.. c17tnl# - p-P4prto W44 Slr:.r... - ;rP, �r..�..- Company Information 1! M"M lamlgr}lem Wd AZ1*!!Ak1K LM W&M M +LVL� Carr S+I l anp g 4S2M F�'rjSti.i�L1TSS ill Payed-Yt"34 3!R&N R044A 14C 2,0501 C.,kwrr Wfil Tedvllcd SWYLD +ar [W 4arc1 BJiv.+Jil porrq &=nrW AM 4 MCr4rlp�tS iY d81fi[ b� WTO"l oddrCS7 TOW ljrtr w"- 7.%QT04L 4Hw F`raltaskhur4Sntlfir. Ari•J Tech%" SmNion s , i Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd `� E-Verifv � Company ID Number: 21804 Client Company ID Number: 412062 THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS), Kimley-Horn and Associates, Inc (Employer), and Abso - Sterlina Infosystems Company (E-Verify Employer Agent) regarding the Employer's and E-Verify Employer Agent's participation in the Employment Eligibility Verification program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the E- Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form 1-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, "Employment Eligibility Verification", of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a "Federal contractor with the FAR E-Verify clause") to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A. RESPONSIBILITIES OF SSA 1. SSA agrees to provide the Employer (through the E-Verify Employer Agent) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2. SSA agrees to provide the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in F-Verify_ SSA agrees to provide the E-Verify Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify Pagel of 15 1 E-Verify MOIL for Employer (Client) using a E-Verify Employer Agent I Revision Date 49141log www.dhs.gov/E-Verify r=-Verify- Company ID Number: 21904 Client Company ID Number: 412062 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 E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U_S_C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens' employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and noncitizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1, After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer (through the E-Verify Employer Agent) access to selected data from DHS's database to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E- Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer's participation in the E-Verify program. DHS also agrees to Page 2 of 151 E=Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09/01109 www.dhs.gov1E-Verify E-Verify- Company ID Number: 21804 Client Company ID Number: 412062 provide to the Employer (through the E-Verify Employer Agent) anti -discrimination notices issued by the Office of Special Counsel for Immigration -Related Unfair Employment Practices (OSC), Civil Rights Division, U.S_ Department of Justice. 5. DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with ❑HS's databases. 6. DHS agrees to safeguard the information provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification of employees' employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements, 7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry. 8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest ❑H5 tentative nonconfirmations and photo non -match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER The Employer agrees to display the notices supplied by DHS (through the E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual, The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4. The Employer agrees to comply with current Form 1-9 procedures, with two exceptions,. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 Page 3 of 151 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revlsioo Date 09XV09 www.d hs.gov1E-Verify rm-Verifv- off4 itll. Company ID Number: 21804 Client Company ID Number, 412062 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form 1-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. • If an employee presents a DHS Form 1-551 (Permanent Resident Card) or Form I- 766 (Employment Authorization Document) to complete the Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. the photocopy must be of sufficient quality to allow for verification of the photo and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non -matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form 1-9. DHS may in the future designate other documents that activate the photo screening tool. 5, The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms 1-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form 1-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify; (1) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $650 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. ❑HS reserves the right to conduct Form 1-9 and E-Verify system compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for new employees within 3 Employer business days after each employee has been hired (but after bath sections 1 and 2 of the Form 1-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form 1-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make Page 4 of 151 E•Verify MOU for Employer (Client) using a E-Verity Employer Agent I Revision ❑ate 09/01/09 www.dhs.gov/E-Verify E-Verifv-"' iilllli. Off — Company ID Number: 21804 Client Company ID Number, 412062 inquiries during the period of unavailability. Employers may initiate verification, through the E-Verify Fmployer Agent, 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 (through the E-Verify Employer Agent) performs an E-Verify employment verification query using the employee's SSN as soon as the SSN becomes available. The Employer agrees not to use E-Verify procedures for pre -employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verify system for any purpose other than as authorized by this MOLD, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOLD. 8. The Employer (through its E-Verify Employer Agent) agrees to follow appropriate procedures (see Article 111. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non -match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 9. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(1)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non - match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee's perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a Page 5 of 15 1 E-Verily MOU for Employer (Client) using a E-Verify Employer Agent I Revision Dale 09/01109 www.dhs.gov/E-Verify E-Verify Company ID Number: 21804 Client Company ID Number: 412062 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). 10. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274E of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 27413(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound "foreign" or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration -related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274E of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti -discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 11. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 12, The Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU, The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other {purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 13. The Employer acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 14. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its Page 6 of 151 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision hate 09f41109 www.d hs.g ov1E-Ve rlfy E-Verify- Company Ili Number: 21804 Client Company ID Number: 412062 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 WITH THE FAR E-VERIFY CLAUSE The Employer understands that if it is a verification terms in Subpart 22.18 of the any existing employee assigned to the ( Supplemental Guide for Federal Contrz through E-Verify by the Employer, the Ei E-Verify. Federal contractor subject to the employment FAR it must verify the employment eligibility of :)ntract and all new hires, as discussed in the ,tors. Once an employee has been verified 7ployer may not reverify the employee through Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days of an employee's assignment to the contract, whichever date is later. d. Employer that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 lousiness days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after Page 7 of 151 E-Verify MOLT for 1=mployer (Client) using a E-Verify Employer Agent I Revision pate 09101/09 www.dhs.gov/E-Verify E-Verif y— MW Company ID Number: M04 Client Company ID Number: 412062 assignment to the contract. If the Employer is enrolled in E-Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later, e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article 11, part D, paragraphs 1.a and 1 •b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract, After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. g. Form 1-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause; Federal contractors with the FAR E-Verify clause (through their E-Verify Employer Agent) may choose to complete new Forms 1-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR F-Verify clause may also update previously completed Forms 1-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form 1-9 is complete (including the SSN), complies with Article II.C.4, the employee's work authorization has not expired, and the Employer has reviewed the information reflected in the Form 1-9 either in person or in communications with the employee to ensure that the employee's stated basis in section 1 of the Form 1-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form 1-9 complies with Article II.CA, if the employee's basis Page 8 of 15 I E-Verify MOU for Employer (Client) using a E-Varify Employer Agent i Revision Date 09101/09 www.dhs.gov/E-Verify -Ve r i f y r iiii�u off Company ID Number: 21804 Client Company ID Number: 412062 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 II.C.4, 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 II.C.4, but reflects documentation (such as a U.S. passport or Form 1-651) that expired subsequent to completion of the Form 1-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.4, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer's compliance with Federal contracting requirements. E_ RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT 1, The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing information under E-Verify. 2, The E-Verify Employer Agent agrees to become familiar with and comply with the E- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries, a, The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify. Page 9 of 1.51 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09101 /09 www.dhs.gov/E-Verify E-Verifv- OF- Company ID Number: 21804 Client Company ID Number: 412062 5. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.4 above. 6. The E-Verify Employer Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Verify Manual and E-Verify Web -Based Tutorial. The F-Verify Employer Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the E-Verify Employer Agent's attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases, the E-Verify Employer Agent will use the SSA verification procedures first, and will use DHS verification procedures only as directed by the SSA verification response. 7. The E-Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms 1-9 and other employment records and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E•Verify Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system -generated referral letter and instruct the employee to visit an $SA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 Page 10 of 151 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09/01109 www.dhs.gov1E-Verify ri m1311. E-Vefo Company Ill Number: 21804 Client Company ID Number., 412062 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 I. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2. If the Employer finds a photo non -match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non -match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non -match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4. It the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll -free hotline (as found on the referral letter) within 8 Federal Government work days. 5. If the employee contests a tentative nonconfirmation based upon a photo non -match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 14 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. 5. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non -match, the Employer (or the E-Verify Employer Agent) will send a copy of the employee's Form 1-551 or Form 1-766 to DHS for review by: • Scanning and uploading the document, or + Sending a photocopy of the document by and express mail account (pain for at employer expense). 7. If the Employer (through the F-Verify Employer Agent) determines that there is a photo Page 11 of 15 1 E-Verity MOU for Employer (Clientl using a E-Verify Employer Agent I Revision Date 09101 J09 www.d h s. g ov1E-Verify E-Verify �? �. Illllll off Company ID Number: 21804 Client Company ID Number: 412062 non -match when comparing the photocopied List B document described in Article II.C.4 with the image generated in E-Verify, the Employer (through the E-Verify Employer Agent) must forward the employee's documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E-Verify System, ARTICLE V PARTIES A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and ❑H5 conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors, or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to 1=- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS, If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verify procedures to verify the employment eligibility of all newly hired employees. B. Notwithstanding Article V, part A of this MOU, DHS may terminate access to E-Verify if it is deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, termination of this MOU by any party for any reason may negatively affect the Employer's performance of its contractual responsibilities. Page 12 of 15 1 E-Verity MOU for Employer (Client) using a E-Verify Employer Agent I Revision Cate 09/01log www.dhs.govr'E-Verify E-Verify- Company III Number: 21804 Client Company ID Number: 412062 C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, the Employer, or their agents, officers, or employees. F. 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 E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer. F. Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. Kimle -Horn and Associates Inc (Employer) hereby designates and appoints Abso - Sterlinp Infosystems Company (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out Kimley-Horn and Associates, Inc (Employer) responsibilities under the MOU between the Employer, the E- Verify Employer Agent, and DHS. Page 13 of 151 E-Verify MOU for Employer (Client) using a E-Verify Employer Agent I Revision Date 09/01/09 www.dhs.gov/E-Verify . �.i Ti by}TWP Company ID Number: 21804 Client Company ID Number: 412062 The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent and DHS respectively, If you have any questions, obritact E-Verify at 1-888-464-4218, Approved by: Employer Kimley-}Morn and Associates, Inc Namo (Please Type or Print) Tltte 9lclriaturo - — Sate -- -- E-Verify Employer Agent Also - Sterling Infosystemg_C.ompan Bruce King Name (Please Type or Rill) �- TIO) Vecfronjcal!y Si need --- 0412912011 53 gnatura paid Department of Homeland. Security Verifleation Division Nam (Please Type.or Pririt) Tltlo ature Data Information Required For the E-Verify E-Verify Employer Agent Program Information relating to your Company; Page 14 of 151 E-Verify MOU for Employer (011e3nt) using a E-Verify Employer Agent i Revision Date 09/01109 www.dhs.gov/E-Vority E-Verify- Company ID Number: 21804 Client Company ID Number: 412062 The individuals whose signatures appear below represent that they are authorized to enter into this MOU an behalf of the Employer, the E-Verify Employer Agent and DHS respectively. If you have any questions, contact E-Verify at 1-888-464-4218. Approved by: Employer Kimley-Horn and Associates —Inc Name (Please Type or Prinl) TMO SIUnaturo -- Dale - E-Verify Employer Agent Abso - Sterling Infos stems Com ]ail Bruce King Nome (Please Type or Prinq Title Electronically Signed 04/2912011 signature Data Department of Homeland Security — Verification Division USCIS Verification Division Name {Please Typo or Pnnl) T Electronically SiVned 0510212011 Slgnaluro Data Information Required For the E-Verify E-Verify Employer Agent Program Intmmation relating to your Company: Page 14 of 15 i E-Verify MOU for Employer (Client) using a P-Verify Emplayor Agent i Revision Date 09/01/09 www.dhs.gov/E-Verify Collier County Solicitation 20-7691 RR .O#XW CAMWI 1 LY A ,nrrn%hitr.eSeryr eaL f4TA�li _,:k emen rSemr : _' MrsKM Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or gLee County: 2014 Number of Employees (Including Owner(s) or Corporate Officers): 17 (Fort Myers): 4,244 (Firmwide) Number of Employees Living in [Collier County or 56 Lee (Including Owner(s) or Corporate Officers): Lee = 14, Collier = 1 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sign and Date Certification: Under penalties ofperiury, I certify that the information shown on this form is correct to my knowledge. Company Name: Kiml Address in Collier or Signature: orn and Associates, Inc. Scott Gilner, P.E. Date: 4/15/2020 1412 Jackson Street, Suite 2, Fort Myers, FL 33901 Title: Vice President 4/3/2020 11:56 AM p. 63 ***UPDATED JANUARY 28, 2020*** 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1501917 Account Expires: September 30, 2020 Location: 1412 JACKSON ST STE 2 FT MYERS FL 33901 KIMLEY HORN AND ASSOCIATES INC KIMLEY HORN AND ASSOCIATES INC 421 FAYETTEVILLE ST RALEIGH NC 27601 May engage in the business of: SITE LICENSE THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAII) 532185-7-1 1O/D 1/2019 10:14 AM $20.00 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1501916 Account Expires: September 30, 2020 Location: 1412 JACKSON ST STE 2 FT MYERS FL 33901 KIMLEY HORN AND ASSOCIATES INC KIMLEY HORN AND ASSOCIATES INC 421 FAYETTEVILLE ST RALEIGH NC 27601 May engage in the business of: ENGINEERING FIRM THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 532185-7-2 10/01/2019 10:14 AM $30.00 2019 -- 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1502820 Account Expires: September 30, 2020 Location: 1412 JACKSON ST STE 2 FT MYERS FL 33901 KIMLEY HORN AND ASSOCIATES INC WICKS AMY N 1412 JACKSON ST STE 2 FT MYERS FL 33901 PROFESSIONAL ENGINEER THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 530550-46-1 09/16/2019 09:14 AM S30.00 Collier County Solicitation 20-7691 RR COMPLETED REFERENCE FORMS CAN BE FOUND IN SECTION 2 OF THE PROPOSAL Clower County A& ninistr€he Ter KA-s Deparanenr F'rco,remenl Ser-iiesDrynrr Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Email: FAX: Company: (Evaluator's Company completing reference) T Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Completion Date: Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 4/3/2020 11:56 AM p. 64 ***UPDATED JANUARY 28, 2020*** EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT FEDERAL TRANSIT ADMINISTRATION CFDA 20.507 (URBANIZED AREA FORMULA FUNDING) CONTRACTOR COMPLIANCE OVERVIEW AND REQUIREMENTS 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. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract. The services performed under 49 U.S.C. 5307 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. STATUTORY AUTHORITY Urbanized Area Formula Program a. Federal Transit Laws, Title 49 U.S.C. 5307 b. 49 CFR 1.51 PROGRAM OVERVIEW The Urbanized Area Formula Program, codified at 49 U.S.C. 5307 ("Section 5307"), is authorized under the provisions set forth in the Moving Ahead for Progress in the 21st Century Act (MAP- 21), Public Law 112-141. FTA OVERSIGHT The COUNTY may be subject to a triennial, state management or other regularly scheduled comprehensive review to evaluate performance to determine recipient program and certification compliance. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-1 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA APPLICABLE FTA PROVISIONS APPLICABLE CONTRACT CLAUSE ASSURANCE ® 1. Access to Records and Reports ❑ 2. Accessibility (Americans with Disabilities Act) ❑ 3. Bonding (Construction Exceeding $250,000) ❑ 4. Bus Testing Certification and Report El 5. Bu America y Certifications >$150K / Small Purchase Waiver ❑ 6. Cargo Preference ❑ 7. Charter Service Operations ® 8. Civil Rights Laws and Regulations (EEO, Title VI, & ADA) ❑ 9. Clean Air Act and Federal Water Pollution Control Act (>$150K) ® 10. Contract Work Hours and Safety Standards Act (>$100,000) ❑ 11. Copeland Anti -Kickback Act Section 1 and 2 (>$2,000) ❑ 12. Davis Bacon Act (Applies to Construction >$2,000 ® 13. Debarment and Suspension >$25,000 ❑ 14. Employee Protective Arrangements ® 15. Disadvantaged Business Enterprises (DBEs) Complete , B Forms (Anticipated DBE Form, Bidders List) ❑ 16. Drug and Alcohol Testing ❑ 17. Recording and Reporting Occupational Injuries and Illness; Safety and Health Regulations for Construction ® 18. Energy Conservation ® 19. Federal Changes ❑ 20. Fly America ® 21. Incorporation of Federal Transit Administration (FTA) Terms ❑ 22. ITS Standards (Intelligent Transportation Systems) ® 23. Lobbying (>$100,000), Anti -Byrd certification ® 24. No Government Obligation to Third Parties ❑ 25. Pre -Award and Post Delivery Audits of Rolling Stock Purchases Certifications ❑ 26. Patent Rights, Rights in Data and Copyrights ® 27. Program Fraud and False or Fraudulent Statements and Related Acts ❑ 28. Violation and Breach of Contract (Legal Remedies, Admin) ❑ 29. Prompt Payment and Return of Retainage ❑ 30. Recycled Products (>$10K per Year) ® 31. Safe Operation of Motor Vehicles ❑ 32. School Bus Operations ❑ 33. Seismic Safety ❑ 34. Special DOL EEO Clause for Construction Contracts >$10,000 ® 35. Special Notification Requirements for States (State Grants) ® 36. Termination Provisions >$10,000 ® 37. Privacy Act Sources ref.: FTA FYI S Conip. Review Guide for Procurement; DOT FTA FY18 Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-2 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) APPLICABLE CONTRACT PROVISIONS (1-37) 1. ACCESS TO RECORDS AND REPORTS (Applies to Subcontracts at Every Tier) a. Record Retention. The Contractor will retain, and will require its subcontractors of all tiers to retain, complete and readily accessible records related in whole or in part to the contract, including, but not limited to, data, documents, reports, statistics, sub -agreements, leases, subcontracts, arrangements, other third - party agreements of any type, and supporting materials related to those records. b. Retention Period. The Contractor agrees to comply with the record retention requirements in accordance with 2 C.F.R. § 200.333. The Contractor shall maintain all books, records, accounts and reports required under this Contract for a period of at not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case records shall be maintained until the disposition of all such litigation, appeals, claims or exceptions related thereto. c. Access to Records. The Contractor agrees to provide sufficient access to FTA and its contractors to inspect and audit records and information related to performance of this contract as reasonably may be required. d. Access to the Sites of Performance. The Contractor agrees to permit FTA and its contractors access to the sites of performance under this contract as reasonably may be required. 2. ACCESSIBILITY (ADA) Facilities to be used in public transportation service must comply with the American with Disabilities Act, 42 U.S.C. § 12101 et seq.; DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. part 37; and Joint Access Board/DOT regulations, "Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. part 1192 and 49 C.F.R. part 38. Notably, DOT incorporated by reference into Appendix A of its regulations at 49 C.F.R. part 37 the Access Board's "Americans with Disabilities Act Accessibility Guidelines" (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities. DOT also added specific provisions to Appendix A of 49 C.F.R. part 37 modifying the ADAAG with the result that buildings and facilities must comply with both the ADAAG and the DOT amendments. 3. BONDING REQUIREMENTS (Applies to Subcontracts at Every Tier) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to the COUNTY and listed as a company currently authorized under 31 C.F.R. part 223 as possessing a Certificate of Authority as described thereunder. Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by the COUNTY to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [one hundred twenty (120)] days subsequent to the opening of bids, without the written consent of the COUNTY. It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [one hundred twenty (120)] days after the bid opening without the written consent of the COUNTY, shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of 'COUNTY's damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefore. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by the COUNTY as provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense the COUNTY for the damages occasioned by default, then the Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-3 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT undersigned bidder agrees to indemnify the COUNTY and pay over to the COUNTY the difference between the bid security and (Recipient's) total damages, so as to make the COUNTY whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) A contractor or vendor shall provide a surety bond from a surety company to guarantee full and faithful performance of a contract obligation and the payment of labor and material expended pursuant to a contract whenever, and in such amounts, as required by statute or otherwise as deemed necessary by the Purchasing Director. An irrevocable letter of credit from a financial institution operating within the State of Florida (or other alternative forms of surety as permitted under Florida law) may be sufficient in place of the performance bond if so provided for in the bid and contract documents. All such bonds or letters of credit shall be approved as to form by the County Attorney. A. Contractor shall provide Performance and Payment Bonds in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at https://www.fiscal.treasury.gov/fsreports/ref/suretvBnd/c570.htm. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The COUNTY shall determine the amount of the advance payment bond necessary to protect the COUNTY. Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The COUNTY shall determine the amount of the patent indemnity to protect the COUNTY. Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to the COUNTY, the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by the COUNTY, free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the COUNTY Project Manager, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by the COUNTY and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to the COUNTY. As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to the COUNTY written by the same corporate surety that provides the Performance Bond and Labor and Material Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-4 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all). 4. BUS TESTING The Contractor [Manufacturer] agrees to comply with the Bus Testing requirements under 49 U.S.C. 5318(e) and FTA's implementing regulation at 49 C.F.R. part 665 to ensure that the requisite testing is performed for all new bus models or any bus model with a major change in configuration or components, and that the bus model has achieved a passing score. Upon completion of the testing, the contractor shall obtain a copy of the bus testing reports from the operator of the testing facility and make that report(s) publicly available prior to final acceptance of the first vehicle by the recipient. 5. BUY AMERICA REQUIREMENT (Applies to Subtracts.) The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and includes microprocessors, computers, microcomputers, or software, or other such devices, which are used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (Attachments) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. The small purchase waiver is now included in 49 U.S.0 53230)(13) and provides that the term "small purchase" means a purchase of not more than $150,000. The small purchase waiver applies to purchases of $150,000 or less, regardless of the size of the project. Therefore, purchases made with FTA financial assistance, including capital, planning, or operating assistance, are subject to the waiver. 6. CARGO PREFERENCE REQUIREMENTS (Applies to Subcontracts) Use of United States -Flag Vessels The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of -lading.); and c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 7. CHARTER SERVICE The contractor agrees to comply with 49 U.S.C. 5323(d), 5323(r) and 49 C.F.R Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except as permitted under: 1. Federal transit laws, specifically 49 U.S.C. § 5323(d); 2. FTA regulations, "Charter Service," 49 C.F.R. part 604; Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-5 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 3. Any other federal Charter Service regulations; or 4. Federal guidance, except as FTA determines otherwise in writing. The contractor agrees that if it engages in a pattern of violations of FTA's Charter Service regulations, FTA may require corrective measures or impose remedies on it. These corrective measures and remedies may include: 1. Barring it or any subcontractor operating public transportation under its Award that has provided prohibited charter service from receiving federal assistance from FTA; 2. Withholding an amount of federal assistance as provided by Appendix D to part 604 of FTA's Charter Service regulations; or 3. Any other appropriate remedy that may apply. The contractor should also include the substance of this clause in each subcontract that may involve operating public transit services. 8. CIVIL RIGHTS LAWS AND REGULATIONS The following requirements apply to the underlying contract and all subcontracts at every tier: CIVIL RIGHTS AND EQUAL OPPORTUNITY The COUNTY is an Equal Opportunity Employer. As such, the COUNTY agrees to comply with all applicable Federal civil rights laws and implementing regulations. Apart from inconsistent requirements imposed by Federal laws or regulations, the COUNTY agrees to comply with the requirements of 49 U.S.C. § 5323(h) (3) by not using any Federal assistance awarded by FTA to support procurements using exclusionary or discriminatory specifications. Under this Agreement, the Contractor shall at all times comply with the following Federal Civil Rights laws and regulations and shall include these requirements in each subcontract entered into as part thereof. I. Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, religion, national origin, sex, disability, gender identity or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. II. Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. III. Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621-634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, "Age Discrimination in Employment Act," 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. IV. Disabilities. In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-6 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. 9. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applies to Subcontracts OVER $150,000 at Every Tier) The Contractor agrees: 1) It will not use any violating facilities; 2) It will report the use of facilities placed on or likely to be placed on the U.S. EPA "List of Violating Facilities;" 3) It will report violations of use of prohibited facilities to FTA; and 4) It will comply with the inspection and other requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401 — 7671 q); and the Federal Water Pollution Control Act as amended, (33 U.S.C. §§ 1251-1387). 5) The Contractor also agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FTA. 10. CONTRACT WORK HOURS AND SAFETY SANDARDS ACT (Applies to Subcontracts at Every Tier) For all contracts in excess of $100,000 that involve the employment of mechanics or laborers, the Contractor shall comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. §§ 3701-3708), as supplemented by the DOL regulations at 29 C.F.R. part 5. Under 40 U.S.C. § 3702 of the Act, the Contractor shall compute the wages of every mechanic and laborer, including watchmen and guards, on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or to contracts for transportation or transmission of intelligence. In the event of any violation of the clause set forth herein, the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, the 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 this clause 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 this clause. The FTA 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 Contractor, 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 this section. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section 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 this agreement. Contract Work Hours and Safety Standards for Awards Not Involving Construction Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-7 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) The Contractor shall comply with all federal laws, regulations, and requirements providing wage and hour protections for non -construction employees, in accordance with 40 U.S.C. § 3702, Contract Work Hours and Safety Standards Act, and other relevant parts of that Act, 40 U.S.C. § 3701 et seq., and U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non -construction Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 C.F.R. part 5. The Contractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three (3) years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Such records maintained under this paragraph shall be made available by the Contractor for inspection, copying, or transcription by authorized representatives of the FTA and the Department of Labor, and the Contractor will permit such representatives to interview employees during working hours on the job. The contractor shall require the inclusion of the language of this clause within subcontracts of all tiers. 11. COPELAND ANTI -KICKBACK ACT For all construction contracts >$2,000, the Contractor agrees to comply with the Copeland "Anti Kickback" Act (Copeland Act) provisions. The Contractor shall also comply with the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by DOL regulations at 29 C.F.R. part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States." The Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The Copeland "Anti Kickback" Act (Copeland Act) is divided into two sections. Section 1 of the Copeland "Anti -Kickback" Act, at 18 U.S.C. § 874, prohibits anyone from inducing, by any means, any person employed on construction, prosecution, completion, or repair of a federally assisted building or work, to give up any part of his or her compensation to which he or she is otherwise entitled. Section 2 of that Act, at 40 U.S.C. § 3145, and implementing DOL regulations, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in part by Loans or Grants from the United States," 29 C.F.R. part 3, imposes record keeping requirements on all third party contracts for construction, alteration, or repair exceeding $2,000. Under Appendix II to 2 C.F.R. part 200—Contract Provisions for Non -Federal Entity Contracts Under Federal Awards, recipients' third party contracts must include a provision for compliance with the Copeland "Anti -Kickback" Act, as amended, and implementing DOL regulations. 12. DAVIS BACON ACT For all prime construction, alteration or repair contracts in excess of $2,000 awarded by FTA, the Contractor shall comply with the Davis -Bacon Act. Under 49 U.S.C. § 5333(a), prevailing wage protections apply to laborers and mechanics employed on FTA assisted construction, alteration, or repair projects. The Contractor will comply with the Davis -Bacon Act, 40 U.S.C. §§ 3141-3144, and 3146-3148 as supplemented by Department of Labor regulations (29 C.F.R. part 5, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction"). In accordance with the statute, the Contractor shall pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, the Contractor agrees to pay wages not less than once a week. (1) Minimum wages - (i) 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 Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-8 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 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 paragraph (1)(iv) of this section; 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 classifications and wage rates conformed under paragraph (1)(ii) of this section) 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. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, 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. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), 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; and (4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer 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 the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii) Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-9 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT (B) or (C) of this section, 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. (iii) 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. (iv) 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. (v)(A) The contracting officer shall require that 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. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor 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. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer 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 the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(v) (B) or (C) of this section, 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. (2) Withholding — Collier County 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, and helpers, employed by the contractor or any subcontractor Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-10 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 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, the Collier County 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 until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and 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. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to Collier County for transmission to the Federal Transit Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. 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. (B) 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 section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 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 than permissible deductions as set forth in Regulations, 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. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) 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. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-11 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration 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, the Federal agency 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 or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) 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 of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency 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. (ii) 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. 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 classification of work actually performed. In addition, any trainee Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-12 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) 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 contractor 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 shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 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 reference 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 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 the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) 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). (ii) 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). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-13 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 13. DEBARMENT AND SUSPENSION (Applies to Subcontracts of Any Tier) The Contractor shall comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 C.F.R. part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 C.F.R. part 180. These provisions apply to each contract at any tier of $25,000 or more, and to each contract at any tier for a federally required audit (irrespective of the contract amount), and to each contract at any tier that must be approved by an FTA official irrespective of the contract amount. As such, the Contractor shall verify that its principals, affiliates, and subcontractors are eligible to participate in this federally funded contract and are not presently declared by any Federal department or agency to be: a) Debarred from participation in any federally assisted Award; b) Suspended from participation in any federally assisted Award; c) Proposed for debarment from participation in any federally assisted Award; d) Declared ineligible to participate in any federally assisted Award; e) Voluntarily excluded from participation in any federally assisted Award; or f) Disqualified from participation in ay federally assisted Award. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the AGENCY. If it is later determined by the AGENCY that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the AGENCY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. part 180, subpart C, as supplemented by 2 C.F.R. part 1200, 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. 14. EMPLOYEE PROTECTIVE ARRANGEMENTS. PUBLIC TRANSPORTATION The Contractor agrees to comply with the following employee protective arrangements of 49 U.S.C. § 5333(b): 1. U.S. DOL Certification. Under this Contract or any Amendments thereto that involve public transportation operations that are supported with federal assistance, a certification issued by U.S. DOL is a condition of the Contract. 2. Special Warranty. When the Contract involves public transportation operations and is supported with federal assistance appropriated or made available for 49 U.S.C. § 5311, U.S. DOL will provide a Special Warranty for its Award, including its Award of federal assistance under the Tribal Transit Program. The U.S. DOL Special Warranty is a condition of the Contract. 3. Special Arrangements. The conditions of 49 U.S.C. § 5333(b) do not apply to Contractors providing public transportation operations pursuant to 49 U.S.C. § 5310. FTA reserves the right to make case -by - case determinations of the applicability of 49 U.S.C. § 5333(b) for all transfers of funding authorized under title 23, United States Code (flex funds), and make other exceptions as it deems appropriate, and, in those instances, any special arrangements required by FTA will be incorporated herein as required. 15. DISADVANTAGED BUSINESS ENTERPRISE (ADDlies to Subcontracts at Every Tier) It is the policy of the Collier County Board of County Commissioners (BCC) to ensure that Disadvantaged Business Enterprises (DBE)s are defined in 49 C.F.R. part 26, have an equal opportunity to receive and participate in Department of Transportation (DOT) —assisted contracts. It is also the County's policy to: 1. Ensure nondiscrimination in the award and administration of DOT — assisted contracts; 2. Create a level playing field on which DBEs can compete fairly for DOT -assisted contracts; 3. Ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. Ensure that only firms that fully meet 49 C.F.R. part 26 eligibility standards are permitted to participate as DBEs; Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-14 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 5. Help remove barriers to the participation of DBEs in DOT assisted contracts; 6. Assist the development of firms that can compete successfully in the market place outside the DBE Program. This Contract is subject to 49 C.F.R. part 26. Therefore, the Contractor must satisfy the requirements for DBE participation as set forth herein. These requirements are in addition to all other equal opportunity employment requirements of this Contract. Contract Assurance The Contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, gender identity or sex in the performance of this Contract. The Contractor shall carry out applicable requirements of 49 C.F.R. part 26 in the award and administration of DOT -assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the COUNTY deems appropriate. DBE Participation For the purpose of this Contract, the COUNTY will accept only DBE's who are: 1. Certified by the Florida Unified Certification Program; 2. An out-of-state firm who has been certified by either a local government, state government or Federal government entity authorized to certify DBE status or an agency whose DBE certification process has received FTA approval; or, 3. Certified by another agency approved by the COUNTY. DBE Participation Goal Collier Area Transit's goal for DBE participation is 1.77%. A separate contract goal has not been established for this procurement. Proposed Submission Each Bidder/Offeror, as part of its submission, shall complete an Anticipated DBE Statement that indicates the percentage and dollar value of the total bid/contract amount to be supplied by Disadvantaged Business Enterprises with whom the Bidder/Offeror intends to contract with for the performance of portions of the work under the Contract. Each Bidder/Offer shall also submit a Bid Opportunity List. Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. Monitoring and Enforcement The COUNTY shall monitor the Contractor's DBE compliance during the life of the Contract. It will be the responsibility of the Contractor to submit Subcontractor Payment Reports to the COUNTY with each pay application that summarize the total DBE value of the Contract if DBE participation occurs. These reports shall provide the following details: • DBE utilization established for the Contract; • Total value of expenditures with DBE firms for the period; • The value of expenditures with each DBE firm for the period by race and gender; • Total value of expenditures with DBE firms from inception of the Contract; and • The value of expenditures with each DBE firm from the inception of the Contract by race and gender. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-15 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT The Contractor shall not terminate DBE subcontractor(s) without the COUNTY's prior written consent. The COUNTY may provide such written consent only if the Contractor has good cause to terminate the DBE firm. Before transmitting a request to terminate, the Contractor shall give notice in writing to the DBE subcontractor of its intent to terminate and the reason for the request. The Contractor shall give the DBE five days to respond to the notice and advise of the reasons why it objects to the proposed termination. When a DBE subcontractor is terminated or fails to complete its work on the Contract for any reason, the Contractor shall make good faith efforts to find another DBE subcontractor to substitute for the original DBE and immediately notify the COUNTY in writing of its efforts to replace the original DBE. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the Contract as the DBE that was terminated, to the extent needed to meet the Contract goal established for this procurement. Failure to comply with these requirements will be in accordance with the Sanctions for Violations section below. Recordkeeping The prime contractor must maintain records and documents of payments to DBEs for three years following the performance of the contract. The records will be made available for inspection upon request by any authorized representative of the COUNTY or DOT. This reporting requirement also extends to any certified DBE subcontractor. DBE Program and Directory Information The combined statewide directory, identifying all firms eligible to participate as a certified DBE, may be located at the Florida Department of Transportation website. https://fdotxwP02.dot.state.fl.us/EgualOpportunityOfficeBusinessDirectory/CustomSearch.aspx Additional information on Collier Area Transit's DBE Program can be found at CAT's website http://www.colliergov.net/your-government/divisions-f-r/public-transit-neighborhood-enhancement/our- services-/collier-area-transit-cat/dbe 16. DRUG AND ALCOHOL TESTING The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the Florida Department of Transportation, or the COUNTY, to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Parts 655 and review the testing process. The contractor agrees further to certify and submit annually its compliance with Parts 655, Florida Statute 341.061, and Rule 14-90 Florida Administrative Code before January 20t" to the Public Transit & Neighborhood Enhancement Division Director. To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. The certification will also include compliance with its adopted System Safety and Security Program Plan pursuant to Florida Rule Chapter 14-90. 17. RECORDING AND REPORTING OCCUPATIONAL INJURIES AND ILLNESS; SAFETY AND HALTH REUGLATIONS FOR CONSTRUCTION The Contractor will comply with all federal laws, regulations, and requirements providing protections for construction employees involved in each Project or related activities with federal assistance provided through the Underlying Agreement, including the: (4) Construction Site Safety of: b) U.S. DOL regulations, "Recording and Reporting Occupational Injuries and Illnesses," 29 C.F.R. part 1904; "Occupational Safety and Health Standards," 29 C.F.R. part 1910; and "Safety and Health Regulations for Construction," 29 C.F.R. part 1926. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-16 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 18. ENERGY CONSERVATION (Applies to Subcontracts at Every Tier) The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 19. FEDERAL CHANGES Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. 20. FLY AMERICA (Applies to Subcontracts) The Contractor agrees to comply with the following: a) Definitions. As used in this clause -- "International air transportation" means transportation by air between a place in the United States and a place outside the United States or between two places both of which are outside the United States. • "United States" means the 50 States, the District of Columbia, and outlying areas. • "U.S.-flag air carrier" means an air carrier holding a certificate under 49 U.S.C. Chapter 411. b) When Federal funds are used to fund travel, Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) (Fly America Act) requires contractors, recipients, and others use U.S.-flag air carriers for U.S. Government -financed international air transportation of personnel (and their personal effects) or property, to the extent that service by those carriers is available. It requires the Comptroller General of the United States, in the absence of satisfactory proof of the necessity for foreign -flag air transportation, to disallow expenditures from funds, appropriated or otherwise established for the account of the United States, for international air transportation secured aboard a foreign -flag air carrier if a U.S.-flag air carrier is available to provide such services. c) If available, the Contractor, in performing work under this contract, shall use U.S.-flag carriers for international air transportation of personnel (and their personal effects) or property. d) In the event that the Contractor selects a carrier other than a U.S.-flag air carrier for international air transportation, the Contractor shall include a statement on vouchers involving such transportation essentially as follows: Statement of Unavailability of U.S.-Flag Air Carriers International air transportation of persons (and their personal effects) or property by U.S.-flag air carrier was not available or it was necessary to use foreign -flag air carrier service for the following reasons. See FAR § 47.403. [State reasons]. e) The Contractor shall include the substance of this clause, including this paragraph (e), in each subcontract or purchase under this contract that may involve international air transportation. 21. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS (Applies to Subcontracts) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any COUNTY requests which would cause the COUNTY to be in violation of the FTA terms and conditions. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-17 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) 22. ITS STANDARDS Section 5206(e) of the Transportation Equity Act for the 21st Century, Public Law 105-178, 112 Stat. 547, pertaining to conformance with the National Intelligent Transportation Systems Architecture and Standards. All ITS projects funded with Mass Transit Funds from the Highway Trust Funds shall use applicable ITS standards and interoperability tests that have been officially adopted through rulemaking by the United States Department of Transportation (US DOT). 23. LOBBYING Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. 24. NO GOVERNMENT OBLIGATION TO THIRD PARTIES The Contractor shall acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions 25. PRE -AWARD AND POST DELIVERY AUDITS OF ROLLING STOCK PURCHASES The Contractor agrees to comply with 49 U.S.C. § 5323(m) and FTA's implementing regulation at 49 C.F.R. part 663. The Contractor shall comply with the Buy America certification(s) submitted with its proposal/bid. The Contractor agrees to participate and cooperate in any pre -award and post -delivery audits performed pursuant to 49 C.F.R. part 663 and related FTA guidance. 26. PATENT RIGHTS, RIGHTS IN DATA AND COPYRIGHTS REQUIREMENTS (Applies to Subcontracts at Every Tier) Intellectual Property Rights This project is funded through a Federal award with FTA for experimental, developmental, or research work purposes. As such, certain Patent Rights and Data Rights apply to all subject data first produced in the performance of this Contract. The Contractor shall grant the COUNTY intellectual property access and licenses deemed necessary for the work performed under this Agreement and in accordance with the requirements of 37 C.F.R. part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by FTA or U.S. DOT. The terms of an intellectual property agreement and software license rights will be finalized prior to execution of this Agreement and shall, at a minimum, include the following restrictions: Except for its own internal use, the Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Contractor authorize others to do so, without the written consent of FTA, until such time as FTA may have either released or approved the release of such data to the public. This restriction on publication, however, does not apply to any contract with an academic institution. For purposes of this agreement, the term "subject data" means recorded information whether or not copyrighted, and that is delivered or specified to be delivered as required by the Contract. Examples of "subject data" include, but are not limited to computer software, standards, specifications, engineering drawings and associated lists, process sheets, manuals, technical reports, catalog item identifications, and related information, but do not include financial reports, cost analyses, or other similar information used for performance or administration of the Contract. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-18 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 1. The Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use for "Federal Government Purposes," any subject data or copyright described below. For "Federal Government Purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. a. Any subject data developed under the Contract, whether or not a copyright has been obtained; and b. Any rights of copyright purchased by the Contractor using Federal assistance in whole or in part by the FTA. 2. Unless FTA determines otherwise, the Contractor performing experimental, developmental, or research work required as part of this Contract agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of the Contract, or a copy of the subject data first produced under the Contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of this Contract, is not completed for any reason whatsoever, all data developed under the Contract shall become subject data as defined herein and shall be delivered as the Federal Government may direct. 3. Unless prohibited by state law, upon request by the Federal Government, the Contractor agrees to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. The Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. 4. Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. 5. Data developed by the Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying Contract is exempt from the requirements herein, provided that the Contractor identifies those data in writing at the time of delivery of the Contract work. 6. The Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance. 27. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS (Applies to subcontracts at every tier) (i) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seg. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (ii) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. chapter 53, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5323(1) on the Contractor, to the extent the Federal Government deems appropriate. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-19 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT (iii) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 28. VIOLATION AND BREACH OF CONTRACT (LEGAL REMEDIES, ADMIN) (Applies to subcontracts at every tier over $150,000) Disputes - Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of the vendor with full decision -making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of the vendor with full decision -making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stats. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 29. PROMPT PAYMENT AND RETURN OF RETAINAGE (49 C.F.R. part 26) Prompt Payment The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contract receives from the BCC. Retainage If retainage from DBE subcontractors is allowed per the contract, the prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the COUNTY. 30. RECYCLED PRODUCTS (Applies to subcontracts at every tier for purchases $10,000 or more of one of these items in a fiscal year, or when the cost of such items purchased during the previous fiscal year was $10,000.) Recovered Materials. The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), "Comprehensive Procurement Guideline for Products Containing Recovered Materials," 40 C.F.R. part 247. 31. SAFE OPERATION OF MOTOR VEHICLES (Applied to Subcontracts at Every Tier) Seat Belt Use The Contractor is encouraged to adopt and promote on-the-job seat belt use policies and programs for its employees and other personnel that operate company -owned vehicles, company -rented vehicles, or personally operated vehicles. The terms "company -owned" and "company -leased" refer to vehicles owned or leased either by the Contractor or AGENCY. Distracted Driving The Contractor agrees to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers, including policies to ban text messaging while using an electronic device supplied by an employer, and driving a vehicle the driver owns or rents, a vehicle Contactor owns, leases, or rents, or a privately -owned vehicle when on official business in connection with the work performed under this agreement. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-20 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT 32. SCHOOL BUS OPERATIONS The contractor agrees to comply with 49 U.S.C. 5323(f), and 49 C.F.R. part 604, and not engage in school bus operations using federally funded equipment or facilities in competition with private operators of school buses, except as permitted under: i. Federal transit laws, specifically 49 U.S.C. § 5323(f); ii. FTA regulations, "School Bus Operations," 49 C.F.R. part 605; iii. Any other Federal School Bus regulations; or iv. Federal guidance, except as FTA determines otherwise in writing. If Contractor violates this School Bus Agreement, FTA may: i. Bar the Contractor from receiving Federal assistance for public transportation; or ii. Require the contractor to take such remedial measures as FTA considers appropriate. When operating exclusive school bus service under an allowable exemption, the contractor may not use federally funded equipment, vehicles, or facilities. The Contractor should include the substance of this clause in each subcontract or purchase under this contract that may operate public transportation services. 33. SEISMIC SAFETY REQUIREMENTS (Applies to subcontractors) The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 34. SPECIAL DEPT. OF LABOR EEO CLAUSE FOR CONSTRUCTION CONTRACTS (Applies to contracts and subcontracts >$10,000) Equal Employment Opportunity Requirements for Construction Activities. The Contractor will comply, when undertaking "construction" as recognized by the U.S. Department of Labor (U.S. DOL), with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and (b) Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note (30 Fed. Reg. 12319, 12935), as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. ((FTA Master Agreement (24), 10-1-2017, § 12.d(3)] 35. SPECIAL NOTIFICATION REQUIREMENTS FOR STATES (STATE GRANT PROVISIONS) 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. 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 there from. 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 Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-21 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FTA) 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. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. 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." 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. Employment Eligibility (Using E-Verify) a) Shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the Agreement; and Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-22 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT b) Shall expressly require any contractors and subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the contractor or subcontractor during the Agreement term. 36. TERMINATION (Applies to Subcontracts at Every Tier in Excess of $10,000) All contracts in excess of $10,000 must address termination for cause and for convenience by the non - Federal entity including the manner by which it will be effected and the basis for settlement. i. Termination for Convenience (General Provision) The COUNTY may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the COUNTY's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY to be paid the Contractor. If the Contractor has any property in its possession belonging to the COUNTY, the Contractor will account for the same, and dispose of it in the manner the COUNTY directs. ii. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the COUNTY may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the COUNTY that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the COUNTY, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. iii. Opportunity to Cure (General Provision) The COUNTY in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions If Contractor fails to remedy to COUNTY's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from COUNTY setting forth the nature of said breach or default, COUNTY shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude COUNTY from also pursuing all available remedies against Contractor and its sureties for said breach or default. iv. Waiver of Remedies for any Breach In the event that COUNTY elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by COUNTY shall not limit the COUNTY's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. v. Termination for Convenience (Professional or Transit Service Contracts) The COUNTY, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the COUNTY shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. vi. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-23 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. vii. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of COUNTY goods, the Contractor shall, upon direction of the COUNTY, protect and preserve the goods until surrendered to the COUNTY or its agent. The Contractor and COUNTY shall agree on payment for the preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. viii. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the COUNTY may terminate this contract for default. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the COUNTY may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the COUNTY resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the COUNTY in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor charged with damages under this clause if - a. The delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the COUNTY, acts of another Contractor in the performance of a contract with the COUNTY, epidemics, quarantine restrictions, strikes, freight embargoes; and b. The contractor, within [10] days from the beginning of any delay, notifies the COUNTY in writing of the causes of delay. If in the judgment of the COUNTY, the delay is excusable, the time for completing the work shall be extended. The judgment of the COUNTY shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the COUNTY. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-24 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT ix. Termination for Convenience or Default (Architect and Engineering) The COUNTY may terminate this contract in whole or in part, for the COUNTY's convenience or because of the failure of the Contractor to fulfill the contract obligations. The COUNTY shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the COUNTY, the Contracting Officer shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the COUNTY may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the COUNTY. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the COUNTY. x. Termination for Convenience of Default (Cost -Type Contracts) The COUNTY may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience of the COUNTY or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the COUNTY, or property supplied to the Contractor by the COUNTY. If the termination is for default, the COUNTY may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the COUNTY and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the COUNTY, the Contractor shall be paid its contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If, after serving a notice of termination for default, the COUNTY determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the COUNTY, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 37. PRIVACY ACT REQUIREMENTS Applicability — When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts except micropurchases ($10,000 or less, except for construction contracts over $2,000) The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-25 EXHIBIT 1-01 FEDERAL CONTRACT PROVISIONS (FT for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. Sources ref.: FTA FYI S Comp. Review Guide for Procurement; DOT FTA FYI S Master Agreement Generally Applicable Provisions; FTA Best Practices Procurement Oct. 2016 Revised 3.19 FCP-26 EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY DEADLINE TO BE CONSIDERED RESPONSIVE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE, M/WBE or VETERAN Participation Statement 4. Bid Opportunity List for Professional Consultant Services and Commodities and Contractual Services 5. Certification Regarding Lobbying 6. Acknowledgement of Grant Terms and Conditions GCA - 1 Collier County Solicitation 20-7691 RR EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Scott Gilner, P.E. Name Vice President Title Kimley-Horn and Associates, Inc. Firm Comprehensive Operations Analysis (COA) Study Project Name 20-7691 RR Project Number 56-0885615 Tax ID Number 061099131 DUNS Number 1412 Jackson Street, Suite 2, Fort Myers, FL 33901 Str=ate, Zip Signature GCA - 2 4/3/2020 11:56 AM p. 45 Collier County Solicitation 20-7691 RR EXHIBIT LB 20-7691 RR Collier County Solicitation No. GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification I, Scott Gilner, P.E. , 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. Scott Gilner, P.E. / t-'v .-- Name Signature Vice President 4/15/2020 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch -wide Privacy Act system of records. GCA-3 4/3/2020 11:56 AM p. 46 Collier County Solicitation 20-7691 RR COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the Vendor/Prime Contractor to either provide a revised statement or provide source documentation that validates a status. Contractor means an entity that receives a contract. A. VENDOR/PRIME CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Kimley-Horn and Associates, Inc. 56-0885615 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN? Y NO IS THE ACTIVITY OF THIS CONTRACT, MINORITY OR WOMEN BUSINESS ENTERPRISE (DBE/MBE/WBE)? OR HAVE A SMALL DISADVANTAGED DBE? Y CONSTRUCTION? Y ON NO BUSINESS 8A CERTIFICATION FROM THE SMALL BUSINESS MBE? Y NO CONSULTATION? YO N ADMINISTRATION? OR A SERVICE DISABLED VETERAN? WBE? Y NO OTHER? Y NO SDB 8A? Y IS THIS SUBMISSION A REVISION? Y JIF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE, MBE, WBE I SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE PERCENT OF CONTRACT VET, SIM NAME SPECIALTY (See Below) DOLLARS DBE, SB, Quest Corporation of WBE America, Inc. Public Involvement NWM TOTALS: C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Ryan Suarez 4/15/2020 Project Manager EMAIL ADDRESS OF PRIME (SUBMITTER) TELEPHONE NUMBER FAX NUMBER ryan.suarez@kimley-horn.com 813.556.6677 561.863.8175 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian -Pacific American APA Non -Minority Womeni NMW Other: not of any other group listedl O I D. SECTION TO BE COMPLETED BY COLLIER COUNTY I DEPARTMENT NAME I COLLIER CONTRACT# (IFB/RFP or PO/REO) I GRANT PROGRAM/CONTRACT (ACCEPTED BY: I DATE I 4/3/2020 11:56 AM GCA-4 p. 47 Collier County Solicitation 20-7691 RR BID OPPORTUNITY LIST FOR PROFESSIONAL CONSULTANT SERVICES, AND COMMODITIES & CONTRACTUAL SERVICES Prime Contractor/Prime Consultant: Kimley-Horn and Associates, Inc. Address/Phone Number: 655 North Franklin Street. Suite 150. Tampa. FL 33602 Procurement Number/Advertisement Number: 20-7691 RR 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT -assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT -assisted projects, including both DBEs and non -DBEs. For consulting companies this list must include all subconsultants contacting you and expressing an interest in teaming with you on a specific DOT -assisted project. Prime contractors and consultants must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, 7, and 8 for themselves, and their subcontractors and subconsultants. 1. Federal Tax ID Number: 56-0885615 2. Firm Name: Kimley-Horn and Associates. Inc. 3. Phone: 813.620.1460 4. Address: 1412 Jackson Street, Suite 2 Fort Myers, FL 33901 5. Year Firm Established: 1967 1. Federal Tax ID Number: 59-3335186 2. Firm Name: Quest Corporation of America, Inc. 3. Phone: 866.662.6273 4. Address: 17220 Camelot Ct. Land O' Lakes, FL 34638 5. Year Firm Established: 1 2 3 4 Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 1 2 3 4 Federal Tax ID Number: Firm Name: Phone: Address: 5. Year Firm Established: 6. ❑ DBE 8. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million 7. ❑ Subcontractor ❑ Between $10 - $15 million ❑ Subconsultant ❑X More than $15 million 6. ® DBE 8. Annual Gross Receipts ❑ Non -DBE ❑ Less than $1 million ❑ Between $1 - $5 million ® Between $5 - $10 million 7. ❑ Subcontractor ❑ Between $10 - $15 million ® Subconsultant ❑ More than $15 million 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 6. ❑ DBE ❑ Non -DBE 7. ❑ Subcontractor ❑ Subconsultant 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million 8. Annual Gross Receipts ❑ Less than $1 million ❑ Between $1 - $5 million ❑ Between $5 - $10 million ❑ Between $10 - $15 million ❑ More than $15 million GCA-5 4/3/2020 11:56 AM p. 48 Collier County Solicitation 20-7691 RR COLLIER COUNTY Certification Regarding Lobbying The undersigned certifies, to the best of his or her knowledge, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor, Kimley-Horn and Associates, Inc., certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 11.062, Florida Statutes., apply to this certification disc s if any. Signature of Contractor's Authorized Official Scott Gilner, P.E., Vice President Name of Authorized Official and Title 4/15/2020 Date GCA - 6 02/18 R7 4/3/2020 11:56 AM p. 49 Collier County Solicitation 20-7691 RR EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Kimley-Horn and Associates, Inc. Authorized Signature Address 1412 Jackson Street, Suite 2, Fort Myers, FL 33901 Solicitation/Contract # 20-7691 RR Date 4/15/2020 GCA-7 4/3/2020 11:56 AM P. 50 Request for Taxpayer Give Form to the Form (Rev. October2018) Identification Number and Certification requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJrs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Kimle -Horn and Associates, Inc. 2 Business name/disregarded entity name, if different from above M a� 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes. certain entities, not individuals; see a instructions on page 3): o ElIndividual/sole proprietor or 2C Corporation ElS Corporation ❑ Partnership ❑ Trust/estate c single -member LLC Exempt payee code (if any) 5 o. o ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► o Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting } vi LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) a ° w another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. d ❑ Other (see instructions) ► (Applies to accounts maintained outside the U.S.) y 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) in 421 Fayetteville Street, Suite 600 6 City, state, and ZIP code Raleigh, NC 27601 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SHowever, for a - m - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. M56 - 0 8 8 5 6 1 5 rl Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of -iV Here U.S. person ► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date► 04/01/2020 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Collier County Solicitation 20-7691 RR INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at hLtps://oj2s.fldfs.com/bocexempt/ 2. ® Employer's Liability $_500,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_500,000_ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ _1,000,000_ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 4/3/2020 11:56 AM p. 55 Collier County Solicitation 20-7691 RR 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor's policy shall be endorsed accordingly. 11. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. ® On all certificates, the Certificate Holder must read: Collier County Board of County Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. ® Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder's Risk Insurance will be addressed by the Collier County Risk Management Division. 12/30/19 - CC Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm Kimley-Horn and Associates, Inc. Vendor Signature Print Name Insurance Agency Agent Name Scott Gilner, P.E., Vice President Greyling Ins. Brokerage Jerry Noyola Date 4/15/2020 Telephone Number 770.552.4225 4/3/2020 11:56 AM p. 56 Client#: 25320 KIMLHORN ACORD-,.,3/2/224 CERTIFICATE OF LIABILITY INSURANCE DATE8/2020YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). FAlpharetta, DUCER CONTACT NAME: Jerry Noyola eyling Ins. BrokeragelEPIC PHONE No :770-552-4225 we No): 866-550-4082 80 Mansell Road, Suite 370 E-MAIL er no ola re Iln aom ADDRESS: rY Y @9 Y O• GA 30422 INSURE S AFFORDING COVERAGE NAIL # INSURED Kimley-Horn and Associates, Inc. 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 CdOPI q:7_TCi*1 CERTIFICATE NUMBER: 20-21 RI I INSURERA: National Union Fire Ins. Co. 19445 INSURERS: Aspen American Insurance Company 43460 INSURER C : New Hampshire Ins. Co. 23841 INSURER D : Lloyds of London 85202 INSURER E INSURER F REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L lR TYPE OF INSURANCE ADDL SUB POLICY NUMBER 5268169 4489663 [MM POLICYEFF 04101 /2020 POLICY E7(P _ LIMITS EEAACMHp�OECCTUUR�RENCE $1 DOD 000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR Contractual Liab 04/01 /2021 NT PREMISES EaEoccurrence 500,000 X MED EXP (Any one person) $25 DDD PERSONAL & ADV INJURY $1,000,000 GENLAGGREGATE LIMITAPPLIES PER: POLICY I-XIECT 1] LOC OTHER: PRO_$ GENERAL AGGREGATE $2,000,000 PRODUCTS -COMPIOPAGG $2,000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS x HIRED AUTOS ONLY �( NON -OWNED AUTOS ONLY 01/2020 04/0112021COMBINED��ISINGLE LIMIT 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY [Per accident] $ PROPERTY DAMAGE Per accident $ B UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIM84IADE CX005FT20 W0112020 04101/2021 EACH OCCURRENCE $5 000 DOD 7C AGGREGATE $5 000 DOD DEC I X RETENTION $0 S C WORKERS COMPENSATION AND EMPLOYERS' LIABILITYUTEA ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? N (Mandatary in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA 0158936$5 �ADSj 015893686 [CA] 4l01l2Q2Q 4/01/2020 04l0112D21 04/01/2021 X PER OTH- E.L. EACH ACCIDENT $1 000 DOD E.L. DISEASE - EA EMPLOYEE $1 000 DOD E-L DISEASE- POLICY LIMIT $1 ODO DOD D Professional L'Iab incl. Poll. Liab. 130146LDUSA2004949 D410112020 04/01/2021 Per Claim $2,000,000 Aggregate $2,000,000 ❑ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Sample Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE .d-(( V ACORD 25 (2016103) 1 of 1 #S21401551M2095023 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JNOY1 Cower CO-U ty Administrative Services Division Procurement services Date: April 15, 2020 Email: Viviana.Giarimoustas@colliercountyfl.gov Telephone: (239) 252-2667 Addendum 1 From: Viviana Giarimoustas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation 20-7691RR Comprehensive Operations Analysis Study The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. This solicitation is being extended to Friday, May 8, 2020 10:00 AM EST. RPS opening is via conference call only. Phone number 239-252-7205, access code 212121. If you require additional information please post a question on our Bid Sync (www.bidsytic.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. i — 4/15/2020 Date Kimley-Horn and Associates, Inc. (Name of Firm) KIMLEY-HORN LICENSES AND CERTIFICATIONS FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS rHE ENGINEERING RUSIN ESS HEREIN IS AU THORf2ED VNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES KIMLEY-HORN & ASSOCIATES, INC. 421 FAYETTEVILLE STREET SUITE 600 RALEIGH TIC 27601 C LICENSE NUMBER: CA6� EXPIRATION DATE: FEBRUARY 26. 2021 Always vvify Iµ,.K, or�Anc al Myigndaljce.ccao.a o �o Do not Aker thisda awt In amlform- ` This is ya/ lioenae. It is urda,.NI for anyone athu+Iha„ the liee mto use this doa� ift­­ Hkuy PlYwrc Se�lerary�� C STATE OF FLO R I DA DEPARTMENT OF 6U51NESS AND PROFESSIONAL REGULATION BOARD OF LAN DSCAPE ARC H I TECTU RE TH E LAN DSCAPE ARCHITECT BUSINESS I IERE IN 11 .% REGISTERED UNDER THE PROVISIONS of CHAPTER 461. FLOMDA STATUTES KIMLEY-HORN AND ASSOCIATES INC 421 FAYETTEVILLE STREET SUITE 600 RALEIGH NC 24601 LICENSE NDMBER LCC0X219 EXPIRATION DATE: NOVEMBE11,10. 2021 Mays aenly licenses enline As NyFlor Licenu.evn o_ o oe net aloe, this de[vm in sny}erns O Thk is your tlo n-IfIS Um4WUl for N""other than the licensee to t,se INS 6mment. oFlorida Department or Agriculture and Consumer Services Division of Consumer Services License Flo.: LB696 Sllxrd or Nr ressional Surveyors and Mappers Expiration Date February 29, 2021 2005 Apalarhee Pkway Tallahassee, Florida 32399.6500 Professional Surveyor and Mapper Business License Linder the provisions of Chapter 472, Honda Statutes KIMI.EY-HORN AND ASSOCIATES, INC. 421 FAYETTEVILLE ST STE 6D0 RALEIGH, NC 27601-1777 n r au NICOLE "NIKKI" FRIED COMM ISSIONEk OF AGRICULTURE This is,o ceniry that the p,. iom surveyor oM mapper whom name and addn ss we shown aho.c is hmn d as required 6y Chnper 472. Florida slaoin. CPPIIX SCOTI, GOWVIOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFMIONAL GEOLOGISTS THE GEOLOGY BUSIN ESS HE REIN IS CERTIF IE D U ti DE R T H E PROW510NS OF [HARTER 492. FLORICIA STATUTES JOtuhanH U.[NM.SEfldtn#v dbpr KIMLEY-HORN AND ASSOCIATES INC 421 FAYETTEVILLE STREET SUITE 600 RALEIGH NC27E01 F^ LICENSE NVMBER:G®175 EXPIRATION DATA: JULY 31. 20M Affrays venry ikznses onfne as MVFIa �Oali[ense.[an s Do notaver this d—ur-t In am farmThis is vo ar kmw. R Is.mlawlWr anyone Atha thanthe lia to use this docr.nent. Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd 0 THE AMERICAN INSTITUTE OF CERTIFIED PLANNERS CLARENCE ENG Ids s Llu&[irlerJ :zt a fiff(EMS(VIT wirh all heneFrs of aCertifiecl Plainer and responsihiIiry to the AICP CRde of Ethits and Pntfmwaal CdnciuCa. Mrmhenlup Ccrtifw-. Hum6r_r 015595 July I, 2000 w _ �.a,.1lin,far BOARD FOR PROFESSIONAL ENGINEERS, L_ LAND SURVEYORS, AND GEOLOGISTS _` ""-` LICENSING DETAILS FOR: 70599 unw.a ru.,x�ne..0 f, MINNESOTA BOARD OF AELSLAGID LICMSe MOklef Natn! E&. Profession jOrsclP11F j W11en Expiration Granted Pate XMsson. Mary Konstance ssaai Professional Engmm 7/19/2006 06/30f2020 ICw.11 uawrlea an ra•c r :arr 4 sl a:nnrro» n.» 5e'" "A>o swf BOARD FOR PROFESSIONAL. ENGINEERS, LAND SURVEYORS,AND GEOLOGISTS LICENSING DETAILS FOR: 87640 ueanaa suruso c¢.n m van Dk tRdnf of Moffy,i ' W fit6vw" , Liunae Lookup LICENSE LOOKUP Maka a Renr.. l paynw.nf ONine iPry I,r�y e� A yan -1 I "Alrn nl<S.-1[Wi ry Nf—�rm 9owda Moll .' * & ik,up'alml ® 12Li:1yW L.-- �VllIY aAk'VI—Lw., Nanfa TON.. 1.17 Lleansn k—b- m020545f5 Tan l lousing Olhce Lx.-=Pwn I+rrrMS.VM.,irnllmr!er I K.I!RSe Rank ProlessgnW CW neer C,ommunny Assoaauons Addfns RESTON. VA 20101 WWI Cnrbf-bon Daft 201502.19 F$e n r"nw W W M E[p..u— Daft 7n71 r17 78 Kimley»)Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd QUEST LICENSES AND CERTIFICATIONS Florida Department of Transportation Construction, Maintenance, & Other Contractual Services Small Business Detail for: QUEST CORPORATION OF AMERICA, QUEST CORPORATION OF AMERICA, 866-662-6273 17220 Camelot Ct. diane.hackney@gcausa.com Land O'Lakes, FL 34638 "DBE Diane Hackney Activities or Specialty Areas: Other Activities Related to Real Estate, Certified Public Accountants, Other Computer Related Services , Computer Facilities Mgmt. Services, Administrative and General Management, Administrative & General Management, Human Resouces Consulting Services, Other Management Consulting Services, Energy Consultant Services , Economic Consultant Services, Public Relations Agencies/Services , Technical Services Related to CEI , Temporary Help Services , Prof. & Mgmt. Development Training Svcs. , Educational Support Services Counties of Interest: Alachua , Baker, Bay, Bradford , Brevard , Broward , Calhoun , Charlotte, Citrus, Clay , Collier, Columbia, Dade, DeSoto , Dixie, Duval , Escambia , Flagler, , Franklin , Gadsden, Gilchrist, Glades , Gulf, Hamilton , Hardee , Hendry, Hernando, Highlands , Holmes , Hillsborough , Indian River, Jackson , JEFFERSON , Lafayette, LAKE, LEE, LEON , Levy, LIBERTY, MADISON , Manatee, MARION , Martin, MONROE , Nassau, OKALOOSA , Okeechobee, ORANGE, OSCEOLA , PALM BEACH, Pasco, Pinellas, POLK , Putnam, SANTA ROSA , Sarasota, Seminole, St. Johns, St. Lucie, Sumter, Suwannee, Taylor, UNION , Volusia . WAKULLA Quest Corporation of America, Inc. Ts Fertirsed uaderthe prouisionsnf 987and295,137-Flo daStatutes,fotaperiod Amm; 1211W019 1211OU2p21 AL s s.-. cu,7� EU� GEMMAMO WARM A6%MTY Disadvantaged Business Enterprise (DBE) Certificate of Eligibitity QUEST CORPORATTONOFAMER CA11VC VE.ETS THE REQU ,V7S OF 49 CF$ PART 26 APPMPEDNAXN CODEi sat�tt.5tsae Ffarlda De¢ineAf af7 rarrsparrmm q E me Mal Kimley>>> Horn TRTF34002.2020 - Comprehensive Operations Analysis Study.indd