Loading...
Agenda 10/27/2020 Item #16A 4 (RPS #19-7663R)16.A.4 10/27/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking for Request for Professional Services ("RPS") No. 19-7663R, "Naples Manor Stormwater Improvements Preliminary Engineering Study," and authorize staff to begin contract negotiations with the top -ranked firm, Kisinger Campo & Associates, Corp., so that staff can bring a proposed agreement back for the Board's consideration at a subsequent meeting. OBJECTIVE: To engage the services of Kisinger Campo & Associates Corp. to develop the preliminary engineering study for Naples Manor Stormwater Improvements. CONSIDERATIONS: The stormwater drainage system throughout Naples Manor is over 50 years old and generally consists of roadside swales and driveway culverts with mostly corrugated metal pipes. Some of the swales discharge into a disjointed open channel collection system that ultimately outfalls into the existing canal along the north side of US-41. The US-41 canal and downstream stormwater outfall facilities have been constructed with sufficient capacity to properly handle the stormwater flows from Naples Manor. Through the years some of the corrugated metal pipes have rusted through and have failed, requiring emergency replacement in order to maintain the integrity of the driveway and safety for residents. Existing swales are compromised and often above their intended grade to function properly. Additional sidewalks are proposed throughout the community that will further impact stormwater drainage. Current potable water and sewer infrastructure is also aging and in need of replacement/upgrades. On May 18, 2020, the Procurement Services Division released notices of RPS No. 19-7663R, "Naples Manor Stormwater Improvements Preliminary Engineering Study." Staff sent 37,786 firms the solicitation invitation, 139 firms viewed/downloaded the bid information, and the County received three proposals by the July 17, 2020 deadline. Staff found all three proposers responsive and responsible. Respondents: Company Name City County State Final Responsive/Responsible Ranking Kisinger Campo & Tampa Hillsborough FL 1 Yes/Yes Associates, Corp. Q. Grady Minor and Bonita Lee FL 2 Yes/Yes Associates, P.A. Springs Capital Consulting Solutions Naples Collier FL 3 Yes/Yes LLC. A selection committee met on August 11, 2020, scored each of the proposals, and shortlisted the following top three firms to move on to step 2, presentations: 1. Q. Grady Minor and Associates, P.A. 2. Kisinger Campo & Associates, Corp. 3. Capital Consulting Solutions LLC. On August 21, 2020, the selection committee reconvened for step 2, heard presentations from the firms, and provided the following recommended final ranking: 1. Kisinger Campo & Associates, Corp. Packet Pg. 423 10/27/2020 16.A.4 2. Q. Grady Minor and Associates, P.A. 3. Capital Consulting Solutions LLC. Staff is recommending that the Board approve the selection committee's ranking and authorize staff to begin negotiations with the top -ranked firm, Kisinger Campo & Associates, Corp. In the event an agreement cannot be reached with the top -ranked firm, staff will continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board's consideration. FISCAL IMPACT: Estimated cost of these services is $80,000. Funding for this project will be a grant award of $80,000 for the Preliminary Engineering Study, approved by the Board of County Commissioners on October 22, 2019. Project Number 33649 GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee's ranking for RPS No. 19-7663R, "Naples Manor Stormwater Improvements Preliminary Engineering Study," authorize staff to begin negotiating with the top -ranked firm, Kisinger Campo & Associates, Corp., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order so that a proposed agreement can be brought back for the Board's consideration at a subsequent meeting. Prepared By: Mindy Lee Collier, Project Manager, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. 19-7663R Final Ranking (PDF) 2. 19-7663R NORA.docx (PDF) 3. 19-7663R Solicitation (PDF) 4. EXH LA and 1.13 Federal Provisions and Assurances HUD 14.2XX 5.14.19 (PDF) 5. [Linked} KCA Collier Co Naples _Manor Stormwater RPS_19-17663R (PDF) Packet Pg. 424 16.A.4 10/27/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.4 Doe ID: 13674 Item Summary: Recommendation to approve the selection committee's ranking for Request for Professional Services ("RPS") No. 19-7663R, "Naples Manor Stormwater Improvements Preliminary Engineering Study," and authorize staff to begin contract negotiations with the top -ranked firm, Kisinger Campo & Associates, Corp., so that staff can bring a proposed agreement back for the Board's consideration at a subsequent meeting. Meeting Date: 10/27/2020 Prepared by: Title: — Capital Project Planning, Impact Fees, and Program Management Name: Mindy Collier 09/24/2020 7:42 AM Submitted by: Title: Division Director - IF, CPP & PM — Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 09/24/2020 7:42 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Procurement Services Evelyn Colon Additional Reviewer Growth Management Department Judy Puig Level 1 Reviewer Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Growth Management Department Lisa Taylor Additional Reviewer Growth Management Department Lisa Abatemarco Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department James C French Deputy Department Head Review Grants Carrie Kurutz Additional Reviewer Growth Management Department Thaddeus Cohen Department Head Review Grants Valerie Fleming Level 2 Grants Review County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 09/24/2020 8:07 AM Completed 09/24/2020 8:26 AM Completed 09/24/2020 8:38 AM Additional Reviewer Completed Completed 09/24/2020 12:19 PM Completed 09/28/2020 3:09 PM Completed 10/02/2020 1:51 PM Skipped 10/05/2020 5:49 PM Completed 10/07/2020 1:59 PM Completed 10/07/2020 4:16 PM Completed 10/09/2020 11:30 AM Completed 10/13/2020 10:54 AM Completed 10/13/2020 11:05 AM Completed 10/14/2020 2:55 PM Packet Pg. 425 16.A.4 10/27/2020 Grants Therese Stanley Additional Reviewer Office of Management and Budget Laura Zautcke Additional Reviewer County Manager's Office Sean Callahan Level 4 County Manager Review Board of County Commissioners Mary,lo Brock Meeting Pending Completed 10/16/2020 11:40 AM Completed 10/16/2020 4:08 PM Completed 10/19/2020 9:15 AM 10/27/2020 9:00 AM Packet Pg. 426 16.A.4.a W Uy >2 9 U 0 A 1.0 r o, 'L7 2 Q ��a i000 C 00 C1 H o N M NN M �--I M 0 N M U � � O A o � cpa U A U U U O c� O 'd z U . � � 0 Cd tau O Co O a U 0 a Packet Pg. 427 DocuSign Envelope ID: A7947161-343D-449B-83B7-73DF071ABC83 Coer County Administrative Services Department Procurement Services Division Date: September 15, 2020 Notice of Recommended Award Solicitation: 19-7663R Title: Naples Manor Stormwater Improvements Preliminary Engineering Study Due Date and Time: July 17, 2020 at 3:00 p.m. 16.A.4.b Respondents: Company Name City County State Final Ranking Responsive/Responsible Kisinger Campo & Associates, Corp. Tampa Hillsborough FL 1 Yes/Yes Q. Grady Minor and Associates, P.A. Bonita Springs Lee FL 2 Yes/Yes Capital Consulting Solutions LLC. Naples Collier FL 3 Yes/Yes Utilized Local Vendor Preference: Yes = No - Recommended Vendors) For Award: On May 18, 2020, the Procurement Services Division released notices of Request for Professional Services 19- 7663R, Naples Manor Stormwater Improvements Preliminary Engineering Study. 37,786 firms received the solicitation invitation, 139 firms viewed/downloaded the bid information and three (3) proposals were received by the due date of July 17, 2020, as shown above. All three proposers were found to be responsive and responsible. The Selection Committee met on August 11, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Q. Grady Minor and Associates, P.A. Kisinger Campo & Associates, Corp. Capital Consulting Solutions LLC. On August 21, 2020 the Selection Committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: Kisinger Campo & Associates, Corp. ranked as 1 Q. Grady Minor and Associates, P.A. ranked as 2 Capital Consulting Solutions LLC. ranked as 3 Staff is recommending negotiations with the top ranked firm, Kisinger Camp & Associates, Corp. Packet Pg. 428 DocuSign Envelope ID: A7947161-343D-449B-83B7-73DF071ABC83 16.A.4.b DocuSigned by: Project Manager: DocuSigned by: Procurement Strategist: 73FC 1��hYt Services Director: . HCC8779B554F5 Sandra Herrera Required Signatures 9/16/2020 Date Packet Pg. 429 16.A.4.c coer coHnty 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 NAPLES MANOR STORMWATER IMPROVEMENTS PRELIMINARY ENGINEERING STUDY RPS NO.: 19-7663R Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Geoff.Thomas@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. 430 SOLICITATION PUBLIC NOTICE 16.A.4.c REQUEST FOR PROFESSIONAL 19-7663R SERVICES (RPS) NUMBER: PROJECT TITLE: Naples Manor Stormwater Improvements Preliminary Engineering Study RPS OPENING DAY/DATE/TIME: June 16, 2020 at 3:00 P.M. PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: hLtps://www.bidsync.com/bidsync-cas INTRODUCTION As requested by the Capital Project Planning, Impact Fees & Program Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Consultants for engineering services to prepare a preliminary engineering study outlining options and cost estimates for stormwater improvements that would be needed based on planned sidewalk enhancements within the Naples Manor area, in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. This information provides qualified firms a basic scope of work to assist with proposal preparation. BACKGROUND Naples Manor is a residential area, measuring approximately 0.69 square miles and consists of 31 streets. The current stormwater drainage system throughout Naples Manor is over 50 years old and generally consists of roadside swales and driveway culverts with mostly corrugated metal pipes. In 2010, the Collier County Metropolitan Planning Organization (MPO) published the Naples Manor Walkable Community Study identifying and prioritizing pedestrian and bicycle enhancements in Naples Manor. Additional proposed sidewalks will further impact the existing roadside stormwater management system and the purpose of this preliminary engineering study is to identify those impacts on the existing stormwater system and identify and prioritize options for stormwater improvements in conjunction with the proposed sidewalks. The project requires review of the existing roadside stormwater management system components and appurtenances, topographic surveying, identification of utilities and prioritizing street sections (components) to be designed and constructed in coordination with the proposed sidewalk improvements. The consultant is required to explore all available options and propose conceptual stormwater management system layout including any need to acquire new right-of-way and/or easements. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK c 0 0 .2 0 Cn M co ti c m E z 0 .r Q Work to be completed by the Consultant includes: 1. Complete a survey. 2. Review plans for additional sidewalks, replacement and/or upgrades to existing utilities. 3. Identify design alternatives. 4. Produce all project related documents and specifications necessary for Collier County Procurement Division's Request for Professional Services process to solicit a consultant to complete the final stormwater management design. 5. Support all preliminary project bid documents produced during and through the Request for Professional Services process to procure the final design consultant. Packet Pg. 431 16.A.4.c TASKS TO BE COMPLETED: Task 1 — Existing • Initial meeting with staff to review scope of work and contact information for coordination. • Perform survey services to establish topography and existing improvements within the existing right-of-way including all existing roadside stormwater management infrastructure, current sidewalks, curb and gutter, street lighting, power poles and physical obstructions such as fire hydrants catch basins, drainage ditches, manholes, large trees etc. The drawings should also reflect the location of all existing underground utilities depicted from existing utility plans. Task 2 — Proposed Improvements • Review Naples Manor Walkable Community Study to identify desired sidewalk enhancements. • Using the Walkability Study, provide design alternatives to address impact of additional impervious surfaces on the roadside stormwater management system. • Utilize a ranking matrix to prioritize the stormwater improvements using the following parameters: o Priority areas (tiers) identified in the Naples Manor Walkable Community Study o Adequacy of existing and proposed stormwater outfalls o Improvement in level of drainage with proposed stormwater improvements o Budget/Cost of stormwater improvements o Land Acquisition Need and Feasibility o Time to Project Completion for prioritized section • Recommend an implementation sequence. • Prepare an Executive report summarizing the Task 1 and 2 findings. Coordination with Collier County Capital Improvements, Impact Fees and Transportation Planning Division must be performed during this task. REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 The selection process will involve a two-step proposal review to minimize Proposers' costs in preparing initial qualification proposals and expediting the review process. The Proposers will initially submit a qualifications proposal which will be scored based on the scoring criteria in the Scoring Criteria for Development of Shortlist, which will be the basis for short -listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will enter into negotiations with the top ranked firms to establish cost for the services needed. With successful negotiations, a contract will be developed with the selected firm, based on the negotiated price and technical components. The COUNTY plans to include an allowance in the contract for items such as changes in scope and permit acquisition. 1.2 The COUNTY will use a Selection Committee in the Request for Professional Services selection process. 1.3 The intent of the Step 1 scoring of the qualifications proposal is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 0 1.4 Based upon a review of these qualification proposals, the short-listed firms will be requested to submit Step 2, to make oral presentations. 1.5 The scores from the RPS - Step 1 used for short -listing for this Project will not be carried forward for the Step 2 of this selection i0 process. M 1.6 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the co Selection Committee to clarify questions and concerns before providing a final rank. ti CD 1.7 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their approach and related criteria, and then negotiate in good faith an Agreement with the top ranked Proposer. 1.8 If, in the sole judgment of the COUNTY, a contract cannot be successfully negotiated with the top -ranked firm, negotiations t with that firm will be formally terminated and negotiations shall begin with the firm ranked second. If a contract cannot be M successfully negotiated with the firm ranked second, negotiations with that firm will be formally terminated and negotiations Q shall begin with the third ranked firm, and so on. The COUNTY reserves the right to negotiate any element of the proposals in the best interest of the COUNTY. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.9 For the development of a shortlist, this evaluation criteria will be utilized by the COUNTY' S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: Packet Pg. 432 16.A.4.c 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 Ability of Professional Personnel 25 Points Past Performance 25 Points Project Approach, Willingness to Meet Time and Budget Requirements 25 Points Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty-four (24) months prior to the RFP submittal deadline. Payment information will be retrieved from the County's financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process and is invoked by the Procurement Services Division Director or designee. In the event a tie still exists, selection will be determined based on random selection by the Procurement Services Director before at least three (3) witnesses. Each criterion and methodology for scoring is further described below. EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (25 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the project for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be given to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team's qualifications to successfully complete the project. EVALUATION CRITERIA NO. 2: PAST PERFORMANCE (25 Total Points Available) This criterion measures the professional team's past experience with projects similar in size, type and complexity as this project. The professional team will be evaluated on past services provided for projects of similar size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team's minimization of change orders will be an important consideration. Preference will be given to similar services constructed within the last 5 years in proximity to the proposed project. The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference a forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using the Reference Questionnaire provided. Proposer may include two (2) additional pages for each project to illustrate aspects of 2 the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. i� EVALUATION CRITERIA NO. 3: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET cW REQUIREMENTS (25 Total Points Available) Limited to 7 pages total Written overview of the professional team's resources available to complete the services requested in the schedule outlined in r' the scope of services. The Proposer should illustrate to the COUNTY how they propose to approach the project and assemble the resources to meet each phase and each major element of the project. (Limit response to 3 pages) m E A conceptual level schedule should be included as a separate page to illustrate concepts of design and permitting time, sequencing of the major elements. (Limit schedule to 1 page, I F x 17" page size and 40 activities maximum) .r Written overview of professional team's concept and approach to managing the overall cost of the project (Limit response to 3 Q pages). Include in the 3-page response specific information on past project performance that demonstrates the Proposer's ability to meet owners' budgets including change order history on similar projects. EVALUATION CRITERIA NO. 4: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (25 Total Points Available) This criterion measures the team's proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. Packet Pg. 433 16.A.4.c VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State — http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). Packet Pg. 434 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANTS (SMALL NON -CONSTRUCTION CONTRACTS <$150K) CFDA 14.218 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. AUTHORITY Title I of the Housing and Community Development Act of 1974 (42 USC 5301 et seq.) Section 104(g) of Title 1 (24 CFR part 58) of the National Environmental Policy Act of 1969 24 CFR part 570 (Community Development Block Grants) 24 CFR part 50 or 24 CFR part 58, as applicable (Environmental Review Procedures) 2 CFR Part 200 CONTRACTOR COMPLIANCE OVERVIEW This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order FPC - 1 Packet Pg. 435 16.A.4.d EXHIBIT I.A FEDERAL CONTRACT PROVISIONS ® 1. Access to Records ❑ 2. Administrative, Contractual, or Legal Remedies ® 3. Affirmative Action (200.321) / Utilization of Minority and Women's Businesses ® 4. Affirmatively Furthering Fair Housing ® 5. Age Discrimination Act of 1975 ® 6. Civil Rights Compliance ® 7. Compliance with Federal Law, Regulations and Executive Orders ® g. Conflict of Interest ❑ 9. Copyright and Patent Rights ® 10. Debarment and Suspension ® 11. Diversity ® 12. Energy Efficiency Standards ❑ 13. Environmental Compliance (Clean Air Act of 1970 and Clean Water Act of 1972) ® 14. Environmental Review Procedures (National Environmental Policy Act) ® 15. Equal Opportunity Policy and Provisions ® 16. E-Verify ❑ 17. Federal Labor Standards Provisions (Davis -Bacon Act, Contract Work Hours and Safety Standards Act, Copeland "Anti -Kickback" Act, ® 18. Grantee Recognition (Advertisement) ❑ 19. Guidance to Contractor for Compliance with Labor Standard Provisions ® 20. Historic Preservation ❑ 21. Lobbying Prohibition ® 22. No Third -Party Obligation by Federal Government ® 23. Nondiscrimination under Federal Grants and Programs (Section 504, Rehabilitation Act of 1973; Section 794, as amended ® 24. Procurement of Recovered Materials ® 25. Program Fraud and False or Fraudulent Statements of Related Acts ® 26. Record Keeping and Documentation ® 27. Religious Organizations ® 28. Retention of Records ❑ 29. Section 3 ® 30. Termination (Cause and Convenience) >$10K ® 31. Transparency Act ® 32. Uniform Relocation Assistance and Real Property Acquisition Act of 1970 ® 33. State Provisions FPC - 2 Packet Pg. 436 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS (PROVISIONS 1- 33) 1. ACCESS TO RECORDS The local government, the U.S. Department of Housing and Urban Development, the Comptroller General of the United States, the Chief Financial Officer of the State of Florida, the Auditor General of the State of Florida, the Florida Office of Program Policy Analysis and Government Accountability, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit, examination, excerpts, and transcriptions. 2. ADMINISTRATIVE, CONTRACTUAL, OR LEGAL REMEDIES (Ref. 41 U.S.C. 1908, 2 CFR § 200 Appendix II (A) Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 3. AFFIRMATIVE ACTION (Utilization of Minority and Women Firms [M/WBE] (Presidential Executive Order 11246, September 24, 1966) The contractor shall take all necessary affirmative steps to assure that M/WBE firms are utilized when possible as suppliers and/or subcontractors, as applicable. Prior to contract award, the contractor shall document efforts to utilize M/WBE firms, including identifying what firms were solicited as suppliers and/or subcontractors, as applicable. Information regarding certified M/WBE firms can be obtained from: Florida Department of Management Services, Office of Supplier Diversity, Florida Department of Transportation (construction services, particularly highway), Minority Business Development Center in most major cities, and Local government M/WBE programs in many large counties and cities. A firm recognized as an M/WBE by any of the above agencies is acceptable for the CDBG program. 4. AFFIRMATIVELY FURTHERING FAIR HOUSING (Title VIII of the Fair Housing Act of 1968 (42 U.S.C. 3601-3619, and implanting regulations; 24 CFR Parts 5, 91, et al.) This contract will be conducted and administered in conformity with the Fair Housing Act (42 U.S.C. 3601- 3619) and implementing regulations. 5. AGE DISCRIMINATION ACT OF 1975 (24 CFR part 146) This Act prohibits discrimination based upon age in federally assisted and funded programs or activities, except in limited circumstances. 6. CIVIL RIGHTS COMPLIANCE The Contractor agrees to comply with applicable County and State civil rights ordinances and Title VI of the Civil Rights Act of 1964 as amended, Title VII of the 1968 Civil Rights Act, as amended by the Equal Employment Opportunity Act of 1972, Title VIII of the Civil Rights Act of 1968 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. Title VI of the Civil Rights Act of 1964. The Contractor shall comply with Title VI of the Civil Rights Act of 1964 which prohibits all recipients of federal financial assistance from discriminating based on race, color, or national origin. Title VI applies to any program or activity receiving federal financial assistance, not just housing. FPC - 3 Packet Pg. 437 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS 7. COMPLIANCE WITH FE LAW, RE ATIONS AND E IVE ORDE This is an acknowledgement that HUD financial assistance will be used to fund the contract. The contractor will comply will all applicable federal law, regulations, executive orders, HUD policies, procedures, and directives. 8. CONFLICT OF INTEREST OF OFFICE OYE THE OCAL JURISDICTION, ME OF THE LOCAL GOVE NG BODY, OR OTHE PUBLIC OFFICIALS No officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises any function or responsibility with respect to this contract, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Contractor shall cause to be incorporated in all subcontracts the language set forth in this paragraph prohibiting conflict of interest. 9. COPYRIGHT AND PATE RIGHTS No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The US Department of Housing and Urban Development and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 10. DE ANSI SUSPE ON (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. §180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered trans action it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." Verification will be checked through the excluded parties system list atwww.sam.gov. R911. DIVE TY (Reference 2 CFR § 200.321) The County is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service -disabled veteran business enterprises. All contracting and subcontracting opportunities afforded by this solicitation/contract are strongly encouraged to contribute as both Contractors and Sub -Contractors. Firms may be required to submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service -disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service -Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: http://dms.myflorida.com/other programs/office_of supplier_diversity_osd/ 12. ENE EFFICIE STANDARDS The contractor shall comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan and issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). FPC-4 Packet Pg. 438 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS 13. ENVIRONMENTAL COMPLIANCE If this contract exceeds $100,000, the Contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and U.S. Environmental Protection Agency regulations (40 C.F.R. Part 15). The contractor shall include this clause in any subcontracts over $100,000. 14. ENVIRONMENTAL REVIEW PROCEDURES (National Environmental Policy Act) The environmental review procedures set forth at 24 CFR part 58 must be completed for each activity (or project as defined in 24 CFR part 58), as applicable. 15. EQUAL OPPORTUNITY POLICY AND PROVISIONS A. Activities and Contracts Not Subiect to Executive Order 11246, as Amended (Applicable to Federally assisted construction contracts and related subcontracts $10,000 and under.) During the performance of this contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation , gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer seeking forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B. Executive Order 11246, as Amended (through 2014), Section 202 Equal Opportunity Clause (Applicable to contracts/subcontracts above $10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation FPC - 5 Packet Pg. 439 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information." (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the a g e n c y contracting officer advising the said labor union or worker's representatives of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and by the Rules, Regulations, and Relevant Orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the Provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. C. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to construction contracts/subcontracts exceeding $10,000.) (a) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (b) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Female participation: 6.9% (statewide) Minority participation: 17.1 % Collier County These goals are applicable to all Contractor's construction work (whether or not it is federally- assisted) performed in the covered area. If the Contractor performs construction work in a geographic area located outside of the covered area, it shall apply the goals established for such geographic area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non -Federally involved construction. FPC - 6 Packet Pg. 440 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS The Contractor's c o m p I i a n c e with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3 (a), and its efforts to meet the goals established or the geographic area where the contract resulting from his solicitation is to be performed. The hours of minority and female employment or training must be substantially uniform throughout the length of the contract and in each trade the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the County within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. Contact Information: Collier County Government—CHS Section 3 Manager 3339 East Tamiami Trail E, STE 211 Ms. Kristi Sonntag Naples, Florida 34112 Telephone: 239-252-2486 Telephone 239-252-2273 kristiSonntag@colliergov.net Fax 239-252-2638 http://www.colliergov.net/your-governmenVdivisions-a-e/community-and-human-services (d) As used in this Notice, and in the contract resulting from the solicitation, the "covered area" is the county in which the contract work is being undertaken. D. 41 CFR 60-4.3 Equal Opportunity Clauses (a). The equal opportunity clause published at 41 CFR 60-1.4(a) of this chapter is required to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is required to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all nonconstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of nonconstruction Federal contracts and subcontracts covered under the Executive order. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). As used in these specifications: A. "Covered area" means the geographical area described in the solicitation from which this contract resulted; B. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal Social Security number used on the Employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941. D. "Minority" includes: (I) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); FPC - 7 Packet Pg. 441 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS (II) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central, or South American or other Spanish Culture or origin, regardless of race); (III) Asian and Pacific Islander (all persons having o r i g i n s in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Island); and (IV) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not execuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (A) through (P). of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or Federally -assisted construction contract shall apply the minority and female goals established for the geographic area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under t h e s e s p e c i f i c a t i o n s, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. 7. The Contractor shall t a k e s p e c i f i c a f f i r m a t i v e actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensively as the following: (a) Ensure and maintain a working environment free of harassment, intimidation, and coercion al all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall FPC-8 Packet Pg. 442 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. (c) Maintain a current file of the names, addresses, and telephone n u m b e r s of each m i n o r i t y a n d female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7.(b) above. (f) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female recruitment students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 0) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. FPC-9 Packet Pg. 443 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3. (1) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. (n) Ensure that all facilities and company activities are nonsegregated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor's EEO policies and affirmative action obligations. (q) Become familiar with the HUD "Questions and Answers on Sexual Harassment under the Fair Housing Act." And request a copy from the County if needed. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7) (a) through (p). The efforts of a contractor association, joint contractor - union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) (a) through (p) of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out sections and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. FPC - 10 Packet Pg. 444 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensively as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its effort to ensure equal employment opportunity. If the Contractor fails to comply with the requirement of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractors h a I I designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number where assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance and upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E. Certification of Non -Segregated Facilities (Construction Contracts over $10,000) The contractor does not maintain or provide for its employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants, and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, orotherwise. The contractor further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods). F. Civil Rights Act of 1964 Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. G. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the grounds of race, color, national original, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. H. Section 503 Handicapped (Contracts $2,500 or Over) (1)The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in FPC - 11 Packet Pg. 445 EXHIBIT LA 16.A.4.d FEDERAL CONTRACT PROVISIONS employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (2) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (3) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (4) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (6) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. I. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. J. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor-management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) "Genetic information" includes information about an individual's genetic tests and the genetic tests of an individual's family members, as well as information about the manifestation FPC - 12 Packet Pg. 446 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS of a disease or disorder in an individual's family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. Section 503 Handicapped (Contracts $2,500 or Over) (7) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (8) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (9) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (10)The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (11)The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (12)The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. J. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. K. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited FPC - 13 Packet Pg. 447 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor- management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) "Genetic information" includes information about an individual's genetic tests and the genetic tests of an individual's family members, as well as information about the manifestation of a disease or disorder in an individual's family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. 16. E-VERIFY (Presidential Executive Order 12989; Florida Executive Order Number 11-116) Vendors/Contractors/Subcontracts: 1. Agree to utilize the U.S. Department of Homeland Security's E-verify system to verify the employment of all new employees hired by Contractor during the contract term; and 2. Contractor shall include in related subcontracts a requirement that Subcontractors performing work or providing services pursuant to the state contract utilize the E-verify system to verify employment eligibility of all new employees hired by the Subcontractor during the contract term. 17. FEDERAL LABOR STANDARDS PROVISIONS (Davis -Bacon Act, Copeland Anti -Kickback Act, and Contract Work Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. (1) (a) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. FPC - 14 Packet Pg. 448 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS HUD shall approve an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iii) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 215-0140.) (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(ii) or of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (2) Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees FPC - 15 Packet Pg. 449 EXHIBIT LA 16.A.4.d FEDERAL CONTRACT PROVISIONS and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller G e n e ra I s h a I I m a k e s u c h disbursements in the case of direct Davis -Bacon Act contracts. (3) (a) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall m intain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (b) (i) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(1). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014- 1), U. S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(1) 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 FPC - 16 Packet Pg. 450 EXHIBIT LA 16.A.4.d FEDERAL CONTRACT PROVISIONS than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (iii) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A(3)(b)(ii) of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph A(3)(a) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) (a) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency FPC - 17 Packet Pg. 451 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. (ii) Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor (USDOL) set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the USDOL, or the employees or their representatives. FPC - 18 Packet Pg. 452 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS (10) (a) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (c) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in the paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in FPC - 19 Packet Pg. 453 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96). (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 18. GRANTEE RECOGNITION (ADVERTISEMENT/PUBLIC NOTICE) All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to the funding source. The Contractor will mount a temporary construction sign for projects funded by Housing Urban Development through Collier County Community and Housing Services. The design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The Construction sign shall comply with applicable County codes. 19. GUIDANCE TO CONTRACTOR FOR COMPLIANCE WITH LABOR STANDARDS PROVISIONS A. Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. B. Complying with Minimum Hourly Amounts (1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the "Rates" and "Fringe Benefits" (if any) columns of the applicable wage decision. (2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the "Rates" and "Fringe Benefits" columns. FPC - 20 Packet Pg. 454 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS (3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. (4) The hourly value of the fringe benefit is calculated by dividing the contractor's annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis -Bacon and Related Acts has been satisfied.) C. Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis -Bacon and related acts only establish minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses "basic rate of pay" as the base for calculation, not the minimum rates established by the Davis -Bacon and related acts.) D. Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court -ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. E. Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner's representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The USDOL must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. F. Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis -Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis -Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for FPC - 21 Packet Pg. 455 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. G. Sole Proprietorships / Independent Contractors / Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as "owner" is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. H. Apprentices/Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of the journeyman rate. For Davis -Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the "trade" depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a "helper". As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. 20. HISTORIC PRESERVATION The Contractor shall comply with the historic preservation requirements of 24 CFR 58.17 and the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and with all other environmental regulatory requirements. D. Historic Preservation: The contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Council on Historic reservation Procedures for Protection of Historical Properties. 21. LOBBY PROHIBITION (a) No funds or other resources received from the Department under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The contractor/vendor certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief; FPC - 22 Packet Pg. 456 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency," a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying." The contractor/vendor shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 22. NO THIRD -PARTY OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 23. NONDISCRIMINATION UNDER FEDERAL GRANTS AND PROGRAMS (Section 504, Rehabilitation Act of 1973; 29 USC § 794) a) Section 504 prohibits discrimination based upon disability in all programs or activities operated by recipients of federal financial assistance. b) Section 794. No otherwise qualified individual with a disability in the United States, as defined in section 705(20) of this title, shall, solely by reason of her or his disability, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance or under any program or activity conducted by any Executive agency. 24. PROCUREMENT OF RECOVERED MATERIALS (Reference 2 CFR § 200.322) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/. The list of EPA -designate items is available at https://www.epa.gov/smm/comprehensive-procurement-guideline-cpq-program. 25. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OF RELATED ACTS The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. 26. RECORD KEEPING AND DOCUMENTATION The Recipient, its employees or agents, including all contractors, subcontractors or consultants to be paid from funds under this Agreement, shall allow access to its records at reasonable times to the Departments, its employees and agents. "Reasonable" shall ordinarily mean during normal FPC - 23 Packet Pg. 457 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS business hours of 8am to 5pm local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. i. The Contractor shall maintain all records required by the grantor. ii. All reports, plans, surveys, information, documents, maps and other data procedures developed, prepared, assembled, or completed by the Contractor for the purpose of this Agreements shall be made available to the County by the Contractor at any time upon request by the County or HUD. Upon completion of all work contemplated under this agreement copies of all documents and records relating to this agreement shall be surrendered to the County if requested. In any event the sub -recipient shall keep all documents for six (6) years after the expiration of this agreement. 27. RELIGIOUS ORGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religions organizations. Section 24 CFR 570.2000) specifies the limitations on CDBG funds. 28. RETENTION OF RECORDS The contractor shall retain all records relating to this contract for six years after the local government makes final payment and all other pending matters are closed. 29. "SECTION 3" TRAINING, EMPLOYMENT AND BUSINESS OPPORTUNITIES (1) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12U.S.C. 1701 u (section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. (2) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. (3) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the S ection 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. (4) The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. (5) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. (6) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of FPC - 24 Packet Pg. 458 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS this contract for default, and debarment or suspension from future HUD assisted contracts. (7) With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with S ection 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 30. TERMINATION FOR CAUSE AND / OR CONVENIENCE (OVER $10K) 2. TERMINIATION FOR CAUSE AND / OR CONVENIENCE A. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (2) an opportunity for consultation with the terminating party prior to termination. B. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in 1.(A) above. C. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any addit ional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. D. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise) and (2) deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. E. Upon termination, the local government may takeover the work and may award another party a contract to complete the work described in this contract. F. If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the local government. In such event, adjustment of the contract price shall be made as provided in paragraph (c) above. FPC - 25 Packet Pg. 459 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS 31. TRANSPARE ACT Unless exempt under 2 CFR § 170.11 O(b), the Contractor shall comply with the reporting requirements of the Transparency Act as expressed in 2 CFR Part 170. 32. UNIFORM RE OCATION ASSISTANCE AND RE PROPERTY ACQUISITION ACT OF 1970 The Contractor shall certify they have in effect and are following a Residential Antidisplacement and Relocation Assistance Plan (RARAP) and comply with the Section 104(d) and implementing regulation 24 CFR Part 42 for Federal or federally funded projects. FPC - 26 Packet Pg. 460 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS STATE CONTRACT PROVISIONS Administrative Procedures Act, Section 120.57(2), F.S. Additional procedures for particular cases. In a matter initiated as a result of agency action proposing to determine the substantial interests of a party, the party's timely petition for hearing may challenge the proposed agency action based on a rule that is an invalid exercise of delegated legislative authority or based on an alleged unadopted rule. Discriminatory Vendors List, Section 287.134, F.S. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Equal Employment Opportunity The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Inspector General Cooperation The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom. Interest of Public Officials No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. No member, officer, or employee of the County or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Lobbying No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service, or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes. Public Entity Crime a) No member, officer or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or FPC - 27 Packet Pg. 461 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Restrictions, Prohibits, Controls, and Labor Provisions During the performance of this contract, the following provisions are to be included in each subcontract entered into pursuant to this contract: a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non -responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the County. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the County or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the County, the County, with prior approval of the Florida Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." FPC - 28 Packet Pg. 462 EXHIBIT LA FEDERAL CONTRACT PROVISIONS 16.A.4.d 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. STATE AND FEDERAL STATUTES AND REGULATIONS By signature of this Agreement, the contractor hereby certifies that it will comply with the following (as applicable) federal and state requirements: Community Development Block Grant Disaster Recovery Emergency Rule 9BER09-2; The Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1975 (42 U.S.C., s. 6901 et.seq.); Florida Small and Minority Business Act, s. 288.702- 288.714, F.S.; Florida Coastal Zone Protection Act, s. 161.52- 161.58, F.S.; Local Government Comprehensive Planning and Land Development Regulation Act, Ch. 163, F.S.; Title I of the Housing and Community Development Act of 1974, as amended Treasury Circular 1075 regarding drawdown of CDBG funds. Sections 290.0401-290.049, F.S.; Rule Chapter 913-43, Fla. Admin. Code.; 10. Department of Community Affairs Technical Memorandums; HUD Circular Memorandums applicable to the Small Cities CDBG Program; Single Audit Act of 1984; National Environmental Policy Act of 1969 and other provisions of law which further the purpose of this Act; National Historic Preservation Act of 1966 (Public Law89- 665) as amended and Protection of Historic Properties (24C.F.R. Part 800); Preservation of Archaeological and Historical Data Act of 1966; Executive Order 11593 - Protection and Enhancement of Cultural Environment; Reservoir Salvage Act; Safe Drinking Water Act of 1974, as amended; Endangered Species Act of 1958, as amended; Executive Order 12898 - Environmental Justice Executive Order 11988 and 24 C.F.R. Part 55 - Floodplain Management; The Federal Water Pollution Control Act of 1972, as amended (33 U.S.C., s. 1251 et. seq.); Executive Order 11990 -Protection of Wetlands; Coastal Zone Management Act of 1968, as amended; Wild and Scenic Rivers Act of 1968, as amended; Clean Air Act of 1977; HUD Environmental Standards (24 C.F.R. Part 58); Farmland Protection Policy Act of 1981; Clean Water Act of 1977; Davis- Bacon Wage Rate Act; Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. s. 327 et. seq; Florida Statute 287.134, Discriminatory Vendors List 33. The Wildlife Coordination Act of 1958, as amended; Noise Abatement and Control: Departmental Policy Implementation, Responsibilities, and Standards, 24 C.F.R. Part 51, Subpart B; 34. Flood Disaster Protection Act of 1973, P.L 92-234; 35. Protection of Historic and Cultural Properties under HUD Programs, 24 C.F.R. Part 59; 36. Coastal Zone Management Act of 1972, P.L 92-583; 37. Architectural and Construction Standards; 38. Architectural Barriers Act of 1968,42 U.S.C. 4151; 39. Executive Order 11296, relating to evaluation of flood hazards; 40. Executive Order 11288. relating to prevention, control and abatement of water pollution; 41. Cost -Effective Energy Conservation Standards, 24 C.P.R. Part 39; 42. Section 8 Existing Housing Quality Standards, 24 C.F.R. Part 882; 43. Coastal Barrier Resource Act of 1982; 44. Federal Fair Labor Standards Act, 29 U.S.C., s.201 et. seq.; 45. Title VI of the Civil Rights Act of 1964 Non discrimination; 46. Title VII of the Civil Rights Act of 1968 Non- discrimination in housing; 47. Age Discrimination Act of 1975; 48. Executive Order 12892- Fair Housing 49. Section 109 of the Housing and Community Development Act of 1974, Non-discrimination; 50. Section 504 of the Rehabilitation Act of 1973 and 24 C.F.R. Part 8; 51. Executive Order 11063 - Equal Opportunity in Housing; 52. Executive Order 11246- Nondiscrimination; 53. Section 3 of the Housing and Urban Development Act of 1968, as amended - Employment Training of Lower Income Residents and Local Business Contracting; 54. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L., 100-17, and 49 C.F.R. Part 24; 55. Copeland Anti -Kickback Act of 1934; Hatch Act; 56. Title N Lead -Based Paint Poisoning Prevention Act (42 U.S.C., s. 1251 et. seq.); 57. OMB 2 CFR Part 200 58. Administrative Requirements for Grants, 24 C.F.R. Part 85; 59. Section 02 of the Department of Housing and Urban Development Reform Act of 1989 and 24 C.F.R. Part 12. FPC - 29 Packet Pg. 463 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS SECTION 3 REQUIREMENTS What is Section 3? Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and individual self-sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low- or very -low income residents in connection with projects and activities in their neighborhoods. How does Section 3 promote self- sufficiency? Section 3 is a starting point to obtain job training, employment and contracting opportunities. From this integral foundation coupled with other resources comes the opportunity for economic advancement and self- sufficiency. • Federal, state and local programs • Advocacy groups • Community and faith -based organizations How does Section 3 promote homeownership? Section 3 is a starting point to homeownership. Once a Section 3 resident has obtained employment or contracting opportunities they have begun the first step to self-sufficiency. Remember, "It doesn't have to be fields of dreams". Homeownership is achievable. For more information visit our HUD website. Who are Section 3 residents? Section 3 residents are: • Public housing residents or • Persons who live in the area where a HUD -assisted project is located and who have a household income that falls below HUD's income limits as provided below. SECTION 3 INCOME LIMITS (FY 2019 Income Limits from www.huduser.org) All residents of public housing developments and those participating on the Section 8 program qualify as Section 3 residents. Additionally, individuals residing in Collier County who meet the income limits set forth below also qualify for Section 3 status. A picture identification and proof of current residency is required. Eligibility Guidelines Number in Household Very low-income 50% Low income 80% 1 person $27,450 $43,900 2 person $31,350 $50,150 3 person $35,250 $56,400 4 person $39,150 $62,650 5 person $42,300 $67,700 6 person $45,450 $72,700 7 person $48,550 $77,700 8 person $51,700 $82.700 Determining Income Levels • Low income is defined as 80% or below the median income of that area. • Very low income is defined as 50% or below the median income of that area. What is a Section 3 business concern? A business that: • Is 51 percent or more owned by Section 3 residents; • Employs Section 3 residents for at least 30 percent of its full-time, permanent staff; or • Provides evidence of a commitment to subcontract to Section 3 business concerns, 25 percent or more of the dollar amount of the awarded contract. FPC - 30 Packet Pg. 464 EXHIBIT LA 16.A.4.d FEDERAL CONTRACT PROVISIONS What programs are covered? Section 3 applies to HUD -funded Public and Indian Housing assistance for development, operating, and modernization expenditures. Section 3 also applies to certain HUD -funded Housing and Community Development projects that complete housing rehabilitation, housing construction, and other public construction. What types of economic opportunities are available under Section 3? • Job training • Employment • Contracts Any employment resulting from these expenditures, including administration, management, clerical support, and construction, is subject to compliance with Section 3. Examples of Opportunities include but not limited to the list identified: • Accounting • Iron Works • Architecture • Janitorial • Appliance repair • Bookkeeping • Bricklaying • Carpentry • Carpet Installation • Catering • Cement/Masonry • Computer/Information • Demolition • Drywall • Elevator Construction • Engineering • Fencing • Florists • Heating • Landscaping • Machine Operation • Manufacturing • Marketing • Painting • Payroll Photography • Plastering • Plumbing • Printing Purchasing • Research • Surveying • Tile setting • Transportation • Word processing FPC-31 Packet Pg. 465 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS Who will award the economic opportunities? Recipients of HUD financial assistance will award the economic opportunities. They and their contractors and subcontractors are required to provide, to the greatest extent feasible, economic opportunities consistent with existing Federal, State, and local laws and regulations. Who receives priority under Section 3? For training and employment: Persons in public and assisted housing • Persons in the area where the HUD financial assistance is spent • Participants in HUD Youthbuild programs • Homeless persons For contracting: Businesses that meet the definition of a Section 3 business concern How can businesses find Section 3 residents to work for them? Businesses can recruit Section 3 residents in public housing developments and in the neighborhoods where the HUD assistance is being spent. Effective ways of informing residents about available training and job opportunities are: • Contacting resident organizations, local community development and employment agencies • Distributing flyers • Posting signs • Placing ads in local newspapers Are recipients, contractors, and subcontractors required to provide long- term employment opportunities, not simply seasonal or temporary employment? Recipients are required, to the greatest extent feasible, to provide all types of employment opportunities to low and very low-income persons, including permanent employment and long-term jobs. Recipients and contractors are encouraged to have Section 3 residents make up at least 30 percent of their permanent, full-time staff. A Section 3 resident who has been employed for 3 years may no longer be counted towards meeting the 30 percent requirement. This encourages recipients to continue hiring Section 3 residents when employment opportunities are available. What if it appears an entity is not complying with Section 3? There is a complaint process. Section 3 residents, businesses, or a representative for either may file a complaint if it seems a recipient is violating Section 3 requirements are being on a HUD -funded project. Will HUD require compliance? Yes. HUD monitors the performance of contractors, reviews annual reports from recipients, and investigates complaints. HUD also examines employment and contract records for evidence that recipients are training and employing Section 3 residents and awarding contracts to Section 3 businesses. FCP-32 Packet Pg. 466 16.A.4.d EXHIBIT LA FEDERAL CONTRACT PROVISIONS How can Section 3 residents or Section 3 business concerns allege Section 3 violations? You can file a written complaint with either the regional or local offices below. ATLANTA REGIONAL OFFICE U.S. Department of Housing and Urban Development Southeast Office 40 Marietta Street Atlanta, GA 30303 (404) 331-5140 (800) 440-8091 Fax: (404) 331-1021 Email: complaints office 04(aDhud.gov LOCAL HUD FIELD OFFICE Public Housing and Community Development; 701 NW 1st Court, 16th Floor; Miami, FL 33136 Section3@miamidade.gov A written complaint should contain • Name and address of the person filing the complaint • Name and address of subject of complaint (HUD recipient, contractor or subcontractor) • Description of acts or omissions in alleged violation of Section 3 • Statement of corrective action sought i.e. training, employment or contracts Additional information may be found at HUD's Section 3 website http://Portal.hud.gov/hudportal/HUD?src=/program offices/fair housing equal opp/section3/section3 FCP-33 Packet Pg. 467 16.A.4.d EXHIBIT I.A FEDERAL CONTRACT PROVISIONS DAVIS BACON ACT IS APPLICABLE ❑ YES ❑NO FCP-34 Packet Pg. 468 16.A.4.d 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 GCA - 2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA - 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions GCA - 4 Conflict of Interest GCA - 5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA - 6 Acknowledgement of Grant Terms and Conditions GCA - 7 Acknowledgement of Religious Organization Requirements 24 CFR 570.2000) GCA - 8 Certification of Payments to Influence Federal Transactions GCA - 1 Packet Pg. 469 16.A.4.d 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. Name Title Firm Street Address City, State, Zip 24 CFR 24.510 & 24 CFR, Part 24, Appendix A Project Name Project Number Tax ID Number DUNS Number GCA-2 Packet Pg. 470 16.A.4.d EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. Name Local Government Title Tax ID Number Firm DUNS Number Street Address City, State, Zip Date GCA-3 Packet Pg. 471 16.A.4.d EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification Collier County Solicitation No. I, , hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge -issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOUT-2 executive branch -wide Privacy Act system of records. GCA-4 Packet Pg. 472 16.A.4.d EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMIEN OR VETERAN PARTICIPATION STATEMENT Status will be verdied. urwerrfa ble statuses will require the Vendor, F - -re Lontractor to either prov ice a revsed statement or provide ra Ln cc docu mentatwon that validates a status. Contractor means an ent•ly that receives a contract. & VEP MOR/PRIME CONTRACTOR INFORMATION PRIME NAME PRIME FEIO NUMSER I-LtNTRACT DOLLAR AAMOUNT ISTHE PRIME A:LL:R_-A L-ER-liDrISADVANTALEG, VETER11N7 Y N IS II-:. .r.. r I, A I .S LCNNTRACT, MINORITY CM WUMEN BUSINESS ENTERPRISE IDHEJMHEjWBE)? OR HAVE A SMALL DISH AMTAGED W110 Y N LL)W.JHULTIUN 1 Y N &LSJ NESS HA CERTIFICATION FRDM THE SMALL BUSINESS M&P T N LONSULTATION? Y N ADMINISTRATION? OR A SE RVICE oisAHLED YETERAN? 'A'LIP Y N OTI-ER:? Y N SUH eA? Y N IS THISSufsMISSsON A klIvISION? Y F YES, REVLSION NUMBE(t IBA. FPMME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED Ml'NOIIRITY WCINIEN-'DWNED, SMALL ®USIIIESS, CONCERN CAR SERVICE DISABLED VETERAN, PRIMECMCONIPLETE THIS NEXT SECTION EGF,M&F.WIRF SLHLUN1KALIURUKSLPSLIER Ili FLuF44uKKOF: ETT1111irfYt0bli FL8LLN110FLONTRACr VET, SM98A NAML WLCIALTY ('See 9e1113w1 DOLLARS& TOTALS C. SECTION TO BE COMPLETED B'M PRIME VENDOR/CONTRACTOR NAME OF SUBW I I _ H L.P-' L TITLL OP SURMITTER E MAIL ADURL].S 01F FRI M E �SU R MI T-I E R) IFA1INUMEISA NOTE: This information is used to track and report a ntic:pated blM or I%AIA participat.on ,n federally -Funded contracts. The anticipated' DBE or MINE amount is vn1untary and will not become part of the contractual terns. This form must be submitted at time of response to a solicitation. If a nd when awarded a County cantracL.. the prime will be asked to update the information for the grant compliance files. ETMINKM 00DE SlackArreriran INA Hispanc .r, r-c•ican HA Native American NA SubconL Asrar� A.-rcrican SAA Aslaffi4m K American APA Nan -Minority u.amen NMW Other: not of any other group Itsted O D. SECTION' TO BE OOMPLETED BY COLUER'COIIINTY DEPARTMENT NAJVL [UL.IER CONTRACT r=�.'HFP cr �,:}lREOJ GRANT PROGRAM/CONTRALT ACCEPTED BY: DATE GCA-5 Packet Pg. 473 16.A.4.d 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 Authorized Signature Address Solicitation/Contract # GCA-6 Date r c as E 02/15 R3 Q Packet Pg. 474 16.A.4.d EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Religious Organization Requirements 24 CFR 570.2000) In accordance with the First Amendment of the United States Constitution "church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non -religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. mpany (Signature) (Date) (Print Name) GCA-7 Packet Pg. 475 16.A.4.d EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Payments to Influence Federal Transactions HUD COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I hereby certify that all the information stated herein, as well as any information provided in the accompaniment herewith, is true and accurate. Warning: HUD will prosecute false claims and statements. Conviction may result in criminal and/or civil penalties. (18 U.S.C. 1001, 1010, 1012; 31 U.S.C. 3729, 3802) Name of Authorized Official Title Signature Date GCA-8 Packet Pg. 476 A b A 0 161LO JW . - . . . V!. . the Trojans ]LAX z HIGH SCHOOL FOLLOW fi.S um rWITTER AT dWEARELELY FIND US ON FA CEBOOK AT 7 LCPSOS Kisinger Campo & Associates, Corp. 13461 Parker Commons Blvd. I Suite 104 Fort Myers, FL 33912 Richard Arico, PE, Project Manager 239.278.5999 1 rarico@kcaeng.com www.kisingercampo.com .14 k1i 161 It Table of Contents Tab 1: Ability of Professional Personnel Qualifications of Key Personnel Organizational Chart Subconsultants Past Working Relationships Familiarity with Local Conditions Resumes Tab 2: Certified Minority Business Enterprise Commitment to Internal Diversity Commitment to Utilization of MBE Firms MBE Utilization MBE Certificates Tab 3: Past Performance Coder Cow.-nty Deputy PM Relevant Experience KCA Relevant Project Examples Form 5: Reference Questionnaires Tab 4: Project Approach, Willingness to Meet Time and Budget Requirements KCA Available Resources Understanding of Scope Project Approach Proposed Concepts Budget and Schedule Compliance Project Schedule Tab 5: Location Communication and Coordination Tab 6: Recent, Current, and Projected Workloads of the Firm Tab 7: Required Forms, Licenses, and Certifications Vendor Checklist Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification KCA E-Verify Profile Page Form 4: Vendor Submittal - Local Vendor Preference Certification Insurance and Bonding Requirements Vendor W-9 Form Form 6: Grant Provisions and Assurances Package - Federal Contract Provisions/HUD Corporate Charters and Firm Licenses Team Member Licenses/Certifications FDOT Pre -Qualification Letters Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KCA I KISINGER CAMPO & ASSOCIATES Page ii KCA KISINGER CAMPO & ASSOCIATES July 17, 2020 Collier County Government Procurement Services Division 3295 Tamiami Trail E, Building C-2 I Naples, FL 34112 Attn: Geoff Thomas, Procurement Strategist Re: Naples Manor Stormwater Improvements Preliminary Engineering Study I Request for Professional Services (RPS) No.19-7663R Dear Mr. Thomas: Kisinger Campo & Associates, Corp. (KCA) is excited to submit this letter of response for the Naples Manor Stormwater Improvements Preliminary Engineering Study. We understand Collier County is seeking a consultant to prepare a preliminary engineering study outlining options and cost estimates for stormwater improvements that will be needed based on planned sidewalk projects with the Naples Manor community. Should we be selected, KCA pledges to perform professional engineering services of the highest quality. We have a strong background in providing stormwater design services for clients ranging from the Florida Department of Transportation (FDOT) to local governments including Collier and Lee Counties. We have assembled a strong, experienced team to deliver this project successfully to the County. We firmly believe the KCA team possesses the technical understanding, personnel, resources, past working relationships, expertise working on similar projects, and availability to best support the County in this endeavor. KCA is a multidisciplinary engineering firm that has served the transportation industry for 44 years. Since 1976, our firm has steadily transformed from a three -person firm into an organization consistently listed on Engineering News-Record's Top 500 Engineering Firms nationwide. KCA, along with KCCS, Inc. (KCCS), has nearly 300 employees, including 69 Professional Engineers (PEs). KCA's philosophy is simple —utilize experienced, dedicated staff to achieve our client's desired goals of an economical, timely, and reliable finished project. With 20 Stormwater Engineers including eight PEs, our staff is unmatched in experience with drainage studies, sidewalk projects, box culvert design, roadway widening with sidewalk, and all new roadway with sidewalk projects throughout the state. KCA understands that while this is a preliminary drainage improvement study, our team will need to cover additional disciplines. These supporting disciplines will be critical in assisting the drainage team in determining the feasibility of the preliminary roadway improvements, feasibility to permit the proposed improvements, and determine constructability as well as utility coordination and cost estimates. Our full - service, in-house staff can provide preliminary drainage design, roadway design, roadway/maintenance of traffic (MOT), structures design, environmental/permitting, signing and pavement marking (S&PM), and utility coordination/design. Surveying/mapping and subsurface utility engineering (SUE) will be provided by AIM Engineering & Surveying, Inc. (AIM); constructability reviews will be provided by KCCS, Inc. (KCCS), KCA's wholly owned subsidiary; and Cella Molnar & Associates, Inc. (CMA) will provide public involvement. With KCA's corporate office based in Tampa, a local office in Lee County, and KCA team members living in Collier County, we are able to provide more flexible and responsive contract services than the corporate structure of our national and international competitors in working directly with the County. All production efforts will be overseen by our proposed Project Manager (PM), Richard Arico, PE. He has 25 years of extensive experience in management of drainage and roadway design projects. He has completed drainage studies and culvert sizing for highway projects and has inspected grading operations, culvert pipe installations, and implementation of erosion control measures. He has been responsible for federal, state, and local agency coordination in preparing environmental assessments and construction documents, as well as for design, plan preparation, and bidding of an 118 parcel sanitary sewer service. He has coordinated all design and production efforts for right-of-way (R/W) plan preparation, final design, and plan preparation for both rural and urban drainage and highway reconstructions. 13461 Parker Commons Blvd. I Suite 1041 Fort Myers, FL 339121 PHONE 239.278.59991 www.kisingercampo.com KCI KISINGER CAMPO Mr. Thomas & ASSOCIATES June18,2020 Page iii Joining Mr. Arico as Deputy PM is Brian Rose, PE, who has more than 14 years of drainage design experience and permitting as well as an additional six years of geotechnical engineering experience, which go hand in hand. He has extensive knowledge of drainage patterns in Southwest Florida and has helped resolve and provide drainage input on hundreds of drainage issues for both public and private property owners during his tenure at the South Florida Water Management District (SFWMD). He has designed stormwater management facilities and performed permitting for various agencies such as FDOT, Lee and Collier Counties, and the Cities of Fort Myers and Venice for projects varying in size from turn lanes and sidewalks to new four -lane roadways with sidewalks. Mr. Rose has prepared pond siting reports, designed stormsewer systems, designed various stormwater management facilities, and designed floodplain compensation facilities utilizing today's computer programs including ICPR. The KCA team has the available staff and resources to devote to Collier County, and we are prepared to begin services as soon as the Notice to Proceed (NTP) is issued. With our size, structure, and capabilities, KCA can guarantee Collier County the personal attention and priority status to meet the County's goals. Our team provides a number of benefits that set us apart from other consultants to perform stormwater design services for our clients. In their totality, these benefits provide a unique advantage to KCA and enable us to offer engineering services that are efficient, of the highest quality, and reliable. In summary, we have: ►► Familiarity. KCA has worked on Collier County infrastructure projects including bridges, roadways, and intersections many times over the last 25 years through various County contracts. As a result, we have a wealth of historical observations documented. This information is valuable to fully understand the County's needs for this project. Additionally, our proposed key staff have worked closely with Collier County in recent years on several other relevant projects. As a result, we are keenly aware of the County's preferences and procedures. ►► Experienced Staff. We have a core group of long-time employees who work primarily on stormwater improvement projects and have led projects throughout the state for FDOT, cities, counties, and private owners. ►► Awareness of the Stakeholders. We understand it is the County's obligation to minimize disruption to residents, businesses, visitors, and transportation in general. We will carefully review all project components with a focus on safety, value for the County, and minimizing disruptions. ►► Reputation. KCA has a history of repeat clients that understand it is always our goal to exceed their expectations. A strong testimonial to the quality of services we provide is the fact that 90% of KCA's work is repeat business from existing clients, including Collier County. This relationship of trust provides a great foundation as we work to successfully complete this project within our client's intended goals. The KCA team is excited about the opportunity to extend our strong working relationship with the County and commits to providing qualified and experienced staff to meet the County's goals on time and under budget. Our team also commits to being responsive to not only the County, but to all of the vested stakeholders, delivering high -quality reports, plans, and documents that minimize the time required from the County, and ensuring the best interests of the County are met at all times. We appreciate the opportunity to submit this letter of interest and look forward to working with Collier County on this important project. If you have any questions or require additional information, please contact our PM, Mr. Arico (239.278.5999 1 rarico@kcaeng.com) or Deputy PM, Mr. Rose (239.278.5999 1 brose@kcaeng.com). Sincerely, Kisinger Cam o & Associates, Corp. /- �� Paul G. Foley, PE, CEO and President � •K.si:7 'A•.� y 4 r•, - `�4,-- .G'r Imo. FOLLOW{ U5 ON TWJTTER AT FIND US ON FACE600K AT C{PSLHS C Cot s �o N � O � =3 O Tab 1. N N ABILITY OF PROFESSIONAL c PERSONNEL I<CA KISINGER CAMPO & ASSOCIATES Tab 1 Ability of Professional Personnel n KCA's project -oriented corporate culture, our team members dedicate themselves to an assignment and remain involved from the beginning of the study to the end of the design. The team we have assembled meets the County's needs and has significant experience working on similar sidewalk and stormwater improvement projects. Our team is committed to meeting the County's scope, goals, schedule, and grant expectations. KCA proudly separates itself from other design firms by offering a team of employees who have worked together for many years. In fact, more than 80% of our design staff have worked for KCA in excess of five years and half over 10 years. This provides our clients the comfort of knowing the personnel we propose will remain on the project for its duration. The personnel outlined in our proposal are uniquely qualified to meet the challenges of any project, providing the County with outstanding service. KCA understands the importance of organizing a project team based on the specific needs of the client. Our proposed organizational structure is designed to: ►► Provide an integrated multidisciplinary team operating under the direction of an experienced PM, Deputy PM, and discipline leaders ►► Ensure the assignment of technically skilled specialists and discipline leaders ►► Facilitate clean and simple lines of communication ►► Provide a flexible structure to respond to project demands Our team brings expertise in their fields and a strong knowledge of local construction issues and contractors. Our team has worked together on numerous projects and will utilize their experience and close coordination to save the County valuable time and resources. KCA's priority is to maintain a staff of uncompromised quality. One of the most significant features of this proposal is the consideration given to the highly qualified professionals who will be assigned to this project. The KCA team is composed of knowledgeable experts needed to perform the County's required services for the Naples Manor Stormwater Improvements Preliminary Engineering Study contract. Co er County The primary support for this project will come from our Fort Myers and Tampa design offices. At the core of our proposed staff is Richard Arico, PE, who will serve as our PM for this contract and utilize his valuable experience to enthusiastically provide Collier County with superior leadership. Mr. Arico's expertise translates into projects that are safe for all users, easily constructed, and durable, resulting in cost savings for the County. An unparalleled staff will assist Mr. Arico as highlighted in this section. The following pages contain short bios of our key team members, along with project roles/responsibilities. Resumes of our staff are provided at the end of this section as a brief overview and to highlight the abilities of our experienced project team. RICK ARICO, PE, PM; ROADWAY/MOT DESIGN Mr. Arico has 25 years of extensive experience (17 years with KCA) in management and transportation design and has performed work with design and plan production efforts for both rural and urban highway resurfacing and reconstruction projects. Additionally, he has completed drainage studies and culvert sizing for highway projects and has inspected grading operation, culvert pipe installations, and implementation of erosion control measures. He has worked primarily on local agency projects and has a keen understanding of "off system" design criteria and the economic constraints facing most local governments. From 2010-2019 Mr. Arico served as in- house PM for all FDOT District One projects requiring Joint Participation Agreement (JPA) and locally - funded agreements, including Local Agency Program (LAP), Economic Development Transportation Fund (EDTF), County Incentive Grant Program (CIGP), and Transportation Regional Incentive Program (TRIP) funding, on behalf of FDOT District One's Southwest Area Office in Fort Myers. He managed more than 110 projects, from initial programming and agreement/ grant scope preparation and design, through construction and project/agreement closeout. It will be his responsibility to know the status of each design discipline at all times. He will accomplish this through frequent and direct contact with the team members for each discipline. Mr. Arico will work directly with our proposed discipline leaders to maintain control of the project by monitoring the schedule and technical issues and by effective communication/ coordination. This approach has proven successful on previous similar projects for other local agencies. Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R ORGANIZATIONAL CHART C offier County Mindy Collier Paul Foley, PE (35) Richard Arico, PE (25) GA Manager Richard Harrison, PE (37) Deputy Project Drainage QC Manager Ali Tayebnejad, PE (33) Brian Rose, PE (14) Richard Arico, PE (25) Adrienne Wisdom, PE (11) Joseph Bernardini, Ell (2) Ashley Abdel-Hadi (10) Kris Cella (30) — CMA Li sa Macias (10) — CM LEGEND (■MBE I ►Local Firm) (xx) years of experience Brian Rose, PE (14) Jesse Gill, PE (9) Thierry Ku, PE (8) Tara Spieler, PE (24) Curt Sprunger, PE (17) Brett French, PE (8) Erik Aadland, PE (5) Fathy Abdalla, Ph.D., PE, PTOE (24) Merih Wahid, Ph.D., PE (5) Paul Wingard, PE, LEED AP, CGC (46) — KCCS AIM I AIM Engineering & Surveying, Inc. CMA Cella Molnar & Associates, Inc.■ KCCS KCCS, Inc. Personnel resumes are included starting on Page 1-7 Local Staff Lucio Martinez, PE (8) Jesse Gill, PE (9) Grant Fichter (21) — AIM Bob Potter, PSM (35) — AIM KCA has carefully assigned the ideal staff for this project to ensure its success. With our size, structure, and expertise, KCA can guarantee Collier County the highest level of personal attention and priority status needed to meet the County's goals. KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R BRIAN ROSE, PE, DEPUTY PM Mr. Rose has more than 14 years of drainage design and permitting experience and another six years of geotechnical engineering experience, which go hand in hand. He has an extensive knowledge of drainage patterns in Southwest Florida and helped resolve and provide drainage input on numerous drainage issues for both public and private property owners during his tenure at SFWMD. His tenure at SFWMD included Southwest Florida flooding issues through the aftermath of both Invest 92L and Hurricane Irma in 2017. Mr. Rose has worked with engineers from all over Florida and other states as well as reviewed numerous permit applications including construction plans and calculations for various sized projects. He has worked on many different projects from new sidewalks and accommodating off -site drainage such as 23,d Street SW in Collier County to major capacity projects such as 1-75 from Luckett Road to SR 80 in Lee County. He has permitted numerous projects through both SFWMD and Southwest Florida Water Management District (SWFWMD). Mr. Rose currently serves as Senior Drainage Engineer responsible for designing the bridge and roadway stormsewer conveyance system on KCA's Big Carlos Pass Bridge Replacement PD&E and Design project for Lee County. For this project, Mr. Rose will serve as Deputy PM and Drainage Engineer -of -Record (EOR) and will oversee the technical analysis and design team as well oversee the permitting process and provide valuable historical and regional knowledge. TARA SPIELER, PE, DRAINAGE DESIGN Ms. Spieler has 24 years of extensive experience in stormwater design and permitting. She has an extensive background in geology and civil engineering, with considerable knowledge of both surface and groundwater flow systems. She has performed stormwater design and permitting for various municipalities, private clients, and FDOT. Ms. Spieler has completed Pond Siting Reports, Bridge Hydraulic Reports, scour evaluations, and designed stormsewer systems and pond sites. She currently serves as overall PM for KCA's Districtwide (D/W) Drainage Contract for FDOT District One where she has managed the completion of multiple task work orders (TWOs) including the Auburndale Flea Market Drainage Complaint Study in Polk County, a project similar in scope to this Naples Manor Stormwater Improvements Preliminary Engineering Study. As PM on KCA's Cherokee Drive Drainage Study for Pinellas County, she also oversaw a master drainage study to investigate residential flooding issues. The existing drainage basins were delineated and the area was modeled using ICPR modeling to determine location and depth of flooding for 2-year,10-year, and 25-year storm events. For this project, Ms. Spieler will be overseeing the technical design. CURT SPRUNGER, PE, DRAINAGE DESIGN Mr. Sprunger has 17 years of experience in stormwater design and serves as KCA's Drainage Department Manager. He is experienced in designing and permitting public facilities and private sites including water, sanitary sewer, paving, drainage, and grading, and is also experienced in providing CADD support for roadway and drainage projects. His drainage experience consists of pond siting analysis, stormwater management facilities design, and floodplain compensation sites. Mr. Sprunger has coordinated extensively with various Florida water management districts and environmental regulatory agencies to obtain construction permits. He has served as Drainage FOR for several TWOs under FDOT District One's D/W Drainage contract and CR 630 Box Culvert Replacement for Polk County. BRETT FRENCH, PE, DRAINAGE DESIGN Mr. French has eight years of experience in stormwater design including stormsewer systems, wet detention ponds, dry retention ponds, and cross drains. Mr. French has performed investigations for flooding complaints including both FDOT and county clients. He has also electronically submitted several environmental resource permits (ERP) to the Water Management Districts. Mr. French is familiar with several computer programs used for hydrologic and hydraulic modeling, including ICPR, ASAD, PONDS, HY-8, and SWMM. He is also familiar with the computer programs, MicroStation and AutoCAD, which are used for plans production. He has served as Drainage Engineer for the Big Bend Road Box Culvert Replacement for FDOT District Seven and CR 630 Box Culvert Replacement for Polk County. THIERRY KU, PE, DRAINAGE DESIGN Mr. Ku has over eight years of experience including stormwater design, roadway design, and pavement management. Mr. Ku acquired his PE in Water Resources and has become an invaluable member on KCA' )stormwater team. His previous experience in roadway production and design and pavement management played a key KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R role in his accelerated development as a Stormwater Engineer. Mr. Ku has experience designing all aspects of drainage systems from ditches to stormwater management systems using tools such as ICPR and custom drainage calculation tools, some of which were developed by him and are used throughout the department. Mr. Ku's speed of development and his compassion for efficiency has made him an asset to KCA since joining in March 2012. He served as a Drainage Engineer for FDOT District One's McGregor Boulevard Drainage Improvements project. ERIK AADLAND, PE, DRAINAGE DESIGN Mr. Aadland has five years of experience in stormwater design, modeling of stormsewer systems, crossdrain analysis, ditch design, and floodplain modeling. He has assisted in the preparation of Pond Siting and BHRs and is proficient in Geopak Drainage, ICPR, and ASAD. He served as Task Manager and Modeling Lead on the Auburndale Flea Market Drainage Complaint Study for FDOT District One in Polk County, a project with a similar scope to this Collier County project. For this project, Mr. Aadland will be utilizing computer programs such as ICPR to perform the analysis and design. JESSE GILL, PE, DRAINAGE DESIGN; UTILITIES Mr. Gill has nine years of combined experience in the engineering, development, and construction e industries. His experience includes work related to roadway and sidewalk design, utility design, site development, hydraulic modeling, geotechnical studies, construction materials testing, quality control, and building inspections. Mr. Gill's design and project management experience includes several current or recently completed projects within the State of Florida. He currently serves as Roadway and Drainage FOR on KCA's Coconut Road Safety and Drainage Improvements project for the Village of Estero. This project includes the survey and design of drainage improvements at three locations and extension of an Americans with Disabilities Act (ADA)-compliant sidewalk at Coconut Road and South Coconut Island Drive. The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. ADRIENNE WISDOM, PE, ROADWAY/MOT DESIGN Ms. Wisdom has 11 years of experience in roadway design. Her transportation design experience has focused on delivering safe multi -modal corridors, including accommodating transit, implementing ADA improvements, and providing pedestrians and bicycle enhancements throughout Southwest Florida. Ms. Wisdom has extensive experience coordinating with SFWMD, FDOT, Florida Department of Environmental Protection (FDEP), Lee County Department of Health, City of Fort Myers, and Lee County Community Development. She served as PM and/or Roadway FOR for numerous multi -modal projects, Lee County's Ortiz Avenue Widening project, and Coconut Road Safety and Drainage Improvements project for the Village of Estero. For this project, she will oversee the MOT design and plans production. LUCIO MARTINEZ, PE, STRUCTURES DESIGN Mr. Martinez has eight years of engineering experience in structure design and innovation. He has experience performing structural analyses and preparing calculations for steel, reinforced concrete, and prestressed concrete systems. He has designed numerous box culverts, wildlife crossings, and miscellaneous structures. He served as a Structures Engineer for Collier County's Vanderbilt Drive Bridge Replacement, as well as Lee County's Big Carlos Pass and Burnt Store Road bridge projects. He is also the Structures FOR for the John Yarbrough Linear Park Pedestrian Bridge over Colonial Boulevard for the City of Fort Myers. ASHLEY ABDEL-HADI, ENVIRONMENTAL/ PERMITTING Ms. Abdel-Hadi has 10 years of educational, professional, and field experience with wildlife ecology and terrestrial and aquatic community ecology throughout ecosystems of the Southeastern and Western United States. She has worked on a broad range of interdisciplinary projects in cooperation with federal agencies such as U.S. Fish and Wildlife Service (USFWS), U.S. Environmental Protection Agency (EPA), and Bureau of Land Management (BLM), as well as state agencies and private developers. Her primary responsibilities include project management, technical document preparation, KC" I &IAINSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R vegetation monitoring, wetland delineations, habitat assessments, nuisance and/or exotic species mapping, protected species surveys and relocations, preliminary site assessments, data management, water quality sampling and data collection, environmental permitting, and permit compliance. She served as an Environmental Scientist for the CR 630 Box Culvert Replacement for Polk County. FATHY ABDALLA, PH.D., PE, PTOE, S&PM Dr. Abdalla has 24 years of diversified experience in the transportation industry as Senior Traffic/Roadway Engineer/Reviewer. His experience includes traffic impact studies, traffic circulation studies, traffic simulation and modeling, intersection/ interchange analysis, corridor analysis, traffic safety, S&PM design and plans preparation, and signalization design. He has prepared numerous transportation/ traffic studies for FDOT and other local authorities. Dr. Abdalla has served as Traffic Engineer for different City/County/FDOT roadway design projects in Florida, including multi -use trails, new construction, widening, and resurfacing projects. Dr. Abdalla has over a dozen professional publications in transportation simulation and modeling and transportation safety in different transportation journals and conferences nationwide. Dr. Abdalla served as the Lead Traffic Engineer on the Vanderbilt Drive Bridge Replacements project for Collier County and several box culvert replacement projects such as Big Bend Road. PAUL WINGARD, PE, LEED AP, CGC (KCCS), CONSTRUCTABILITY REVIEW Mr. Wingard is uniquely qualified to provide constructability reviews for this project. He has 46 years of experience providing construction services for highway and bridge construction projects. Mr. Wingard served as the Deputy Department Director for the Lee County Department of Transportation (LCDOT) for 17 years, where he managed a staff of approximately 300 personnel from the operations, tolls, and traffic divisions. Therefore, he understands the interaction required between a client's staff and the project team. Mr. Wingard served as Senior Project Engineer (SPE) on the Bee Ridge Road project for FDOT District One in Sarasota County and City of Ft. Myers' McGregor Blvd. Improvement project. His prior project experience includes serving as SIDE on the US 41 project in Estero for FDOT District One and the Boca Grande Bridge Projects (Phases 1-2) for the Gasparilla Island Bridge Authority (GIBA). Our team consists of three specialty subconsultants to complement KCA who are qualified to provide the technical support necessary to successfully deliver this project. KCA has an excellent working relationship with each subconsultant on our proposed project team and have worked with each team member in a variety of capacities and on numerous projects. These relationships have been established over many years and continue today. ►► AIM Engineering & Surveying, Inc. (AIM) - surveying/mapping ►► Cella Molnar & Associates, Inc. (CMA) [MBE] - public involvement ►► KCCS, Inc. (KCCS) - constructability review AIM For the past 40 years, AIM has provided outstanding professional engineering and surveying services throughout ; Florida. AIM was started by two local Florida PEs and land surveyors in 1980 and their passion has been passed down through the generations with the founder's son, Jerron Hull, PE, becoming CEO. Staffed with more than 135 professionals, AIM provides surveying and mapping; Geographical Information System (GIS); SUE; transportation planning; Project Development and Environment (PD&E) studies; environmental services including assessments, surveys, design, and monitoring; civil engineering including roadway, drainage, structures, and traffic design; water resources and utilities; environmental and water management permitting; land development; Construction Engineering and Inspection (CEI); and public outreach / information. AIM's office staff are equipped with the most recent drafting tools such as AutoCAD Civil3D and MicroStation. They develop deliverables ranging from a 3D surface of a dredging survey to a R/W map for transportation improvements, and everything in between. AIM's field team is provided the latest in GPS and Total Station equipment and are currently using survey grade GPS systems with tablets allowing for email and video communication while in the field. AIM has been and continues to be very fortunate to provide surveying and mapping continuing services to many agencies across South and Central Florida, and would very much enjoy the opportunity to provide services to Collier County. Some of their other clients include Lee County, Charlotte County, Manatee County, Hillsborough County, Polk County, as well as FDOT, SFWMD, SWFWMD, and numerous cities in SW Florida. KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R CMA Over the past 20 years, CMA has CELLAMOLNAR conducted more • • • • • . • 9 A S S 0 C I A T E S ANC than 300 successful public involvement and outreach programs for infrastructure projects on the West Coast of Florida. CMA is very unique in the public information industry because of their in-depth technical expertise in planning, design, and construction for roadway, bridge, utility, drainage, and park projects. Their staff has established excellent working relationships with representatives in media and local government, planning and permitting agencies, and environmental groups. CMA is currently providing public information services for the Northeast Service Area (NESA) Utility Extension Project and 1-75/ Collier Boulevard Utility Relocation Project for Collier County. CMA's philosophy in working with the public and their clients is the same —collaboration, communication, and open exchange cultivates a partnership with the public that greatly enhances the quality of their client's projects. Kris Cella (CMA), Public Involvement Ms. Cella has 30 years of experience and is uniquely qualified in developing and implementing very successful, comprehensive large-scale public involvement programs during planning, design, and construction phases for infrastructure projects. Ms. Cella's expertise in conducting public involvement programs is successfully used to gain acceptance of new projects from affected individuals and special interest groups. Projects have ranged from complete new developments to facility expansion programs to large-scale transportation projects. She served as the Public Information Officer (PIO) for the Big Carlos Pass PD&E Study/Design, Homestead Rd., Burnt Store Rd. Widening, and Alico Rd. Widening projects —all for Lee County. In fact, CMA has been conducting 99% of Lee County's public involvement programs for the past 21 years. KCCS KCA was awarded the first than CEI contract KCCS I SERVICES CONSTRUCTION more than 30 years ago. In 1998, KCA formed KCCS to provide construction management and inspection services for municipal projects focusing on our Florida clients. KCCS provides CEI services for urban and rural roadway construction, major and minor bridge construction, utility construction, and toll facilities. With corporate headquarters in Tampa, KCCS has regional and project offices throughout the state of Florida. KCA proudly separates itself from other design firms by offering a team of employees that has worked together for many years. In fact, more than 80% of the local staff has worked for KCA for more than five years and half for more than 10 years. This provides our clients with the comfort of knowing that the personnel we propose on a project will remain on that project for its duration. KCA has worked on Collier County infrastructure projects including bridges, roadways, and intersections many times over the last 25 years through various County contracts. As a result, we have a wealth of historical observations documented. This information is valuable to fully understand the County's needs for this project. Additionally, our proposed key staff have worked closely with Collier County in recent years on several other relevant projects. As a result, we are keenly aware of the County's preferences and procedures. Based on our previous project experience with Collier County, KCA understands the County's preference to utilize 6-inch-thick concrete sidewalk as well as reinforced concrete pipe. This is important since this can impact the project construction cost. Existing sidewalk and drainage next to bus stop in Naples Manor neighborbood KC" I &IAINSOCIATES Education • MBA, Environmental Management, University of Tennessee, 1994 • BSCE, Transportation, University of Tennessee, 1988 Registrations/Certifications • Professional Engineer, Florida, 59674 • FDOT Excellence in Project Management, 1 B • ATSSA Florida Advanced Work Zone Traffic Control Affiliations • Institute of Transportation Engineers, 38575 • American Society of Civil Engineers, 412294 • American Society of Highway Engineers Areas of Specialization Roadway Design *Right -of -Way Plans Design • Project Management/Coordination • Plans Review • LAP Support Project Experience FDOT District One, Southwest Area Office (SWAG) General Engineering Consultant Services, Fort Myers, FL. Served as Project Manager for all District One projects requiring Joint Participation Agreements and Locally Funded Agreements between FDOT and the local agencies within District One. Reviewed and evaluated proposals from metropolitan planning organizations (MPO), local agencies, and local governments within Collier, Lee, Charlotte, Hendry, Desoto, and Glades Counties regarding candidate project development for the FDOTTentative Five -Year Work Program. Researched technical questions and issues related to projects within Collier, Lee, Charlotte, Hendry, Desoto, and Glades Counties and provided information to the public information director, Director of SWAG, and FDOT Community Liaisons. Role: Project Manager and Senior Roadway Engineer Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended alternative, KCA will provide the final Mr. Arico has 25 years of extensive experience in management and roadway design. He has coordinated all design and production efforts for right-of-way plan preparation, final design, and plan preparation for both rural and urban highway reconstructions. He has been responsible for federal, state, and local agency coordination in preparing environmental assessments and construction documents, as well as for design, plan preparation, and bidding of 118 parcel sanitary sewer service. Mr. Arico has completed drainage studies and culvert sizing for highway projects and has inspected grading operation, culvert pipe installations, and implementation of erosion control measures. design including the design of the bridge, roadway, drainage, and all permitting. Role: Utility Coordinator and Roadway Engineer -of -Record (EOR) Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. This project includes the survey and design of drainage improvements at three locations and extension of an ADA compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also include the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two (2) double -sided solar RRFB assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed.The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Role: Senior Roadway Engineer Burgundy Farms Road Roadway Improvements, Lee County, FL. KCA provided roadway design and CEI services for the improvements on Burgundy Farms Road. The existing roadway consisted of a shell/base/dirt surface. The road is approximately one mile in length. KCA designed the roadway geometric and pavement design to exceed Florida Green Book and County Land Development Code criteria. Based on existing conditions, significant effort was required to minimize the roadway Kisinger Campo & Associates, Corp. Project Manager; Roadway; MOT Design profile and drainage impacts. This focus was especially important when obtaining exemption from Water Management Permitting and avoidance of environmental impacts. Role: Project Manager Gornto Lake Road Extension - Project Development and Environment (PD&E) Study, Hillsborough County, FL. This project includes a PD&E study and final design services of a 0.7-mile extension of Gornto Lake Road from its existing terminus south of SR 60 southward to the existing intersection with Town Center Boulevard. The corridor has several challenges, including a wetland on one side and a cemetary on the other side. Pond siting was critical because of floodplain compensation requirements. Role: Project Manager/EOR Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82), Lee County, FL. This project includes design services and preparation of construction plans, permits and specifications for the widening of Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82). The existing 1.7-mile corridor consists of a two-lane undivided arterial roadway with shoulders and a 10-foot multi- use path located on the west side of the corridor. KCA is designing a four -lane facility. Based on a traffic study and analysis, accommodations for an ultimate six -lane facility will be considered, analyzed, and included where feasible. A multi -use path will remain on the west side of the roadway, and a 5-foot sidewalk will be proposed on the east side. On -street bicycle facilities will be provided on both sides of the roadway. The plans will include roadway transitions from the existing and/or planned roadway typical sections to the roadway typical sections approaching SR 884, SR 82 and the Hanson Street roundabout. The scope of services also includes the design and preparation of construction plans, permits, and specifications for the relocation of existing Lee County Utilities. Role: Project Manager CR 54 (Wesley Chapel Boulevard) from north of SR 56 to north of Magnolia Boulevard, Pasco County, FL. This project will widen CR 54 from a two-lane undivided rural roadway to a six -lane divided urban section from approximately '/z mile north of SR 56 to 640 feet north of Magnolia Boulevard. The length of the project is 3.1 miles. Three intersections will be signalized including signalization interconnect. The box culvert at Cabbage Swamp will be replaced with bridge structures to improve hydraulics and provide a dry shelf wildlife crossing. In addition to roadway and structure design, services include right-of-way and topographic survey, title search reports, right-of-way maps, project drainage design, stormwater treatment and retention, environmental mitigation design, environmental permitting, utility coordination, and soils investigation in support of roadway plans with signing and pavement marking, and signalization components. Role: Project Manager Hillsborough County General Engineering Consultant Services, Hillsborough County, FL. Negotiated fair and reasonable scope and fees for more than 36 consultant design contracts on behalf of the Board of County Commissioners. Project manager for the conceptual design and cost estimating of 79 intersection improvements during the validation phase of the County's Transportation Task Force Plan implementation. Role: Roadway Subject Matter Expert and Project Manager Fred Howard Park Bridge Replacements, Pinellas County, FL. KCA prepared final design plans and permitted the replacement of the two deficient structures with new bridges that meet current vehicle and pedestrian design criteria at Fred Howard Park. The bridges, which provide the only access to the causeway on the Gulf of Mexico, were each replaced with a 120-foot-long, three -span precast plank bridge with a cast -in -place topping for speed of construction. A combination of underdrains and exfiltration system was used for stormwater treatment. KCA also designed improvements to the adjacent bulkheads and ensured Americans with Disabilities Act (ADA) compatibility. Role: Roadway FOR 1-75 (SR 93) from Pasco/Hernando County Line to North of SR 50 (US 98), FDOT District Seven. This project consisted of widening 8.43 miles along 1-75 from the Pasco/Hernando County line to north of SR 50 (Cortez Boulevard) in Hernando County. The proposed improvements called for widening the existing four -lane divided interstate highway to six lanes and resurfacing the existing lanes. This project also included reconstruction of the 1-75/SR 50 (Cortez Boulevard) interchange to include dual left -turn lanes from SR 50 to 1-75, and the addition of a northbound 1-75 to westbound SR 50 flyover ramp. Right-of-way acquisition was required, along with stormwater management facilities and mitigation sites. Other features of the project included signing and pavement marking and highway lighting. Role: Project Engineer Kisinger Campo & Associates, Corp. Project Manager; Roadway/MOT Design Education • B.S., Civil Engineering, University of Central Florida, 2003 Registrations/Certifications • Professional Engineer: Florida, 71549 Affiliations • Florida Engineering Society (FES) - Calusa Chapter Software • ICPR, HEC-RAS, ASAD, CSLE, and Flowmaster Areas of Specialization Drainage Design • Project Management/Coordination • Plans Review • Floodplain Compensation • Roadway Stormsewer Systems • Pond Design • Stormwater Management Facilities • Environmental Resource Permitting • Crossdrains Project Experience Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended alternative, KCA will provide the final design including the design of the bridge, roadway, drainage, and all permitting. Role: Drainage Engineer, responsible for designing the bridge and roadway stormsewer conveyance system Curve Safety Improvements on CR 835, Hendry County, FL. KCA was selected by Hendry County to provide safety improvements on several curves along CR 835 including Rogers Curve, Saunders Curve, Blumberg Curve, Jackman Curve, and Southern Division Curve, as well as Duck Curve on CR 846. Improvements include upgrading the warning signage at all curves, constructing paved shoulders, upgrading pavement markings, upgrading and adding guardrail, correcting superelevation, installing advanced Mr. Rose has 14 years of drainage experience and permitting as well as another six years of geotechnical experience. He has an extensive knowledge of drainage patterns in southwest Florida and helped resolve and provide drainage input on numerous drainage issues for both public and private property owners during his tenure at South Florida Water Management District (SFWMD). Mr. Rose has worked with engineers all over Florida and other states as well as reviewed numerous permit applications including reviewing construction plans and calculations for various sized projects. He has performed stormwater design and permitting for various agencies such as FDOT, Lee County, Collier County, City of Fort Myers, and the City of Venice. Mr. Rose has prepared pond siting reports, designed stormsewer systems, designed various stormwater management facilities, and designed floodplain compensation facilities. He has permitted numerous projects through both SFWMD and Southwest Florida Water Management District (SWFWMD). warning signage, and installing lighting. Enhanced curve signage and warning in accordance with the Manual on Uniform Traffic Control Devices (MUTCD) will be designed to boost safety at the six curve locations. Existing signage will be replaced with reflective signage that has better visibility at night. Additionally, shoulder and edge line rumble strips will be implemented at all six curve locations to enhance the visibility of the curve. Role: Drainage Engineer Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. This project includes the survey and design of drainage improvements at three locations and extension of an ADA compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also include the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two (2) double -sided solar RRFB assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed. The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Role: Drainage Engineer Kisinger Campo & Associates, Corp. Deputy Project Manager; Drainage Design Previous Experience Golden Gate Boulevard Design -Build (D/B), Collier County, FL. Project entailed widening Golden Gate Boulevard from Wilson Boulevard to 20th Street from two to four lanes. The project also included off -site ponds, off -site conveyance, one bridge, setting the appropriate road profile elevation for an evacuation route, as well as floodplain compensation. The project also included complex MOT to accommodate numerous property owners, school bus drop off and pick up as well as being prepared for hurricane evacuation. Role: Project Manager/Drainage Design Engineer, responsible for design of the stormsewer conveyance system and off -site ponds Business 41, Lee County, FL. Project entailed widening of Business 41, in North Fort Myers, from Littleton Road to US 41, from two to four lanes. The project included preparing a pond siting analysis report for an off -site pond along with piping approximately 2,000 linear feet of ditch. The project was also designed to compensate for floodplain impacts. Role: Drainage Engineer, responsible for preparing the pond siting report, designing the off -site pond, stormsewer conveyance system, off -site conveyance design, as well as permitting and oversaw construction Mercantile Avenue, Collier County, FL. This project consisted of resurfacing an existing two lanes on Mercantile Avenue from Airport -Pulling Road to Commercial Boulevard. The project also included analyzing roadway flooding issues and designing a stormwater conveyance system to provide positive drainage to the outfall. The project included numerous driveways to adjacent commercial properties and accommodating each properties outfall. Role: Drainage engineer, responsible for design of the stormwater conveyance system and permitting, as well as post design services 1-75, FDOT District One, Lee County, FL. Project involved the widening of 1-75 from Luckett Road to SR 80, in Fort Myers, from four lane to six lanes. The project included designing the stormwater conveyance system for an interchange as well as the mainline. The project had numerous off -site interconnected ponds will various outfall locations as well as dual ditches for roadway and off -site drainage as well as incorporating noise walls with drainage ports. Role: Drainage Engineer, responsible for design of the stormwater conveyance system, off -site ponds, interchange ponds, and permitting 23rd Street SW, Collier County, FL. This project involved widening of the existing two lane road, new sidewalk along with new driveway turnouts for an approximate 1 mile section of two lane roadway as well as new mailboxes. Along with the proposed included accommodating off -site drainage, and bridge design. The project also included redesigning an existing stormwater management facility to accommodate the additional stormwater for the proposed project with no additional right-of-way required. Role: Drainage Engineer White Boulevard, Collier County, FL. This project involved construction of a new sidewalk along the north side of White Boulevard from Weber Boulevard to 25th Street SW. The project included accommodating off - site drainage, coordination with an adjacent project, and permitting. Role: Drainage Engineer, responsible for designing the off -site drainage system, as well as, permitting Littleton Road at US 41 Intersection Improvements, Lee County, Fort Myers, FL. This project involved adding turn lanes along with signalization improvements and drainage improvements to the intersection of Littleton Road at US 41 in North Fort Myers. The drainage design consisted of treating the additional impervious within the existing right-of-way, stormsewer conveyance as well as piping approximately 1,700 linear feet of large roadside ditch. Role: Drainage Engineer, responsible for the stormsewer design, linear treatment facility design, and permitting Jacaranda Boulevard Design -Build, City of Venice, Venice, FL. This project involved the construction of approximately 1.3 miles of new two lane roadway with off -site ponds. The roadway and drainage design were designed for the future four laning of this roadway. Because of the superelevation, inlets in the median were appropriately located for the future widening to the median so that no new drainage infrastructure will be needed for the future widening. The drainage design also included multiple cross drains appropriately sized to demonstrate no -rise of the floodplain utilizing Sarasota County's ICPR models. The project also included floodplain compensation and designing the drainage for future adjacent development. Role: Drainage Engineer, responsible for designing the stormsewer system, off - site ponds, crossdrains, floodplain compensation, and permitting Rockridge Road Bridge Replacement Design -Build, FDOT District One, Polk County, FL. This project involved the reconstruction of an existing two-lane bridge utilizing the Accelerated Bridge Construction (Methodology) and safety improvements. The project also included bridge drainage and roadside swales designed to minimize wetland impacts. Role: Drainage Engineer, responsible for permitting Kisinger Campo & Associates, Corp. Deputy Project Manager; Drainage Design Education • BSCE, University of South Florida, 1999 • AA Hillsborough Community College, 1995 Registrations • Professional Engineer: Florida, 66644; Georgia, 32570; Certifications • Advanced Work Zone Traffic Control, 046-H625-750-62 • ADA for Designers • Highway Geometric Design • Guardrail for Designers • Excellence and Quality in Project Management, Module 1 A, 1 B, 3A, 313, 4A • Specification Package Preparation (Certified) • Computation Book Preparation Affiliations • American Society of Civil Engineers • Florida Institute of Consulting Engineers, Corporation Project Experience Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82), Lee County, FL. This project includes design services and preparation of construction plans, permits and specifications for the widening of Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82). The existing 1.7-mile corridor consists of a two-lane undivided arterial roadway with shoulders and a 10-foot multi- use path located on the west side of the corridor. KCA is designing a four -lane facility. Based on a traffic study and analysis, accommodations for an ultimate six -lane facility will be considered, analyzed, and included where feasible. A multi -use path will remain on the west side of the roadway, and a 5-foot sidewalk will be proposed on the east side. On -street bicycle facilities will be provided on both sides of the roadway. The plans will include roadway transitions from the existing and/or planned roadway typical sections to the roadway typical sections approaching SR 884, SR 82 and the Hanson Street roundabout. The scope of services also includes the design and preparation of construction plans, permits, and specifications for the relocation of existing Lee County Utilities. Role: QA Manager Inwood Multi -Use Path, Polk County, FL. KCA was selected by Polk County to design the Inwood Multi - Use Path project in Winter Haven, FL. The improvement project involves design of a 10-foot-wide, approximately 1-mile, asphalt shared -use path from Avenue S NW to W Lake Cannon Drive NW in the Inwood Community of Winter Haven. Design will also include two new Citrus Connection transit shelters with Americans with Mr. Harrison's 37 years of specialized engineering experience includes roadway design and construction engineering and inspection (CEI). Afterjoining KCA, Mr. Harrison served as a utility coordinator and construction inspector. He was assigned to KCA's roadway design department in 1986. His responsibilities increased with each design assignment from design technician to roadway engineer. Mr. Harrison currently designs projects in addition to serving as KCA's roadway department manager. He has served as project manager and roadway engineer - of -record (EOR) for several Florida Department of Transportation (FDOT) District Seven projects. Areas of Specialization Roadway Design • Quality Control • Peer Review • Resurfacing, Restoration, and Rehabilitation • Pavement Design • Shared -Use Paths • Quantity Computations • Plans Preparation Disabilities Act (ADA) improvements and bicycle racks, wayfinding and mile -marker signage, decorative light fixtures, waste containers, and benches. The project also includes design of a 5-foot-wide sidewalk within Lake Cannon Park for approximately 0.3 miles. Where needed, retaining wall and handrail will be installed for the new sidewalk. Concrete flumes and/or pipes will be installed under the sidewalk to maintain existing drainage. Modifications to existing end treatments will be performed to accommodate maintenance of existing drainage to ensure no adverse impact occurs. The goals of the project are to provide County transportation network connectivity for Inwood Community pedestrians and bicyclists, access to transit, minimize impacts to existing drainage, provide a safe route to school for students and safe access to the park, and improved pedestrian and bicyclist safety in the area. Cost: $205,000 (Fees). Role: Project Manager Tropicaire Boulevard Shared -Use Path, Toledo Blade Boulevard to Ponce de Leon Boulevard, City of North Port, FL. KCA was contracted by the City of North Port to design and prepare plans and specifications for the construction of an 8-foot-wide asphalt surface shared -use path on the south side of Tropicaire Boulevard/Toledo Blade Boulevard to Ponce de Leon Boulevard. Tropicaire Boulevard is functionally classified as a collector roadway and has a R/W width of 100 feet. It is a two-lane/two- directional undivided roadway with open storm drainage on both sides and single-family residences fronting both sides of the roadway. KCA will perform design, Kisinger Campo & Associates, Corp. QA/QC - QA Manager construction plans and specifications development, utility coordination, environmental services and permitting, construction cost/time estimating, and constructability reviews. Role: QA Manager SR 60A (US17 to SR 60), FDOT District One, Bartow, FL. This project consisted of preparing construction plans for the widening and reconstruction of SR 60A (Van Fleet Drive) from Wilson Avenue to SR 60 in Bartow. This project involved 1.2 miles of four -lane rural roadway design including TCPs, S&PM, right-of-way plans, and drainage improvements. KCA was also responsible for all environmental permitting including Southwest Florida Water Management District (SWFWMD) applications and a three -span, stage -constructed American Association of State Highway and Transportation Officials (AASHTO) beam bridge carrying US 17 over SR 60A. Role: Roadway Designer/Assistant Project Manager/Post-Design US 17 from CR 764 South to Desoto County Line Reconstruction, Design -Build, FDOT District One, Charlotte County, FL. This design -build project, located in Charlotte County north of Punta Gorda, involved the reconstruction of a two-lane urban facility to a four -lane facility that would accommodate widening the median to a six -lane ultimate section. The southern 2 miles was constructed to a suburban section with a curb and gutter on the outside. The northern 2.5 miles was constructed to a rural section. Three new bridges were designed and constructed next to the existing structures that were modified and upgraded. Environmental and drainage issues included gopher tortoises, scrub jays, FEMA no -rise certification, floodplain impacts, and wetland impacts. KCA was responsible for all aspects of the project including utility coordination with the owners, obtaining permits, lighting design, traffic control, S&PM, structures, and CEI. Role: Designer 1-75 Widening from North of SR 951 to Golden Gate Parkway, FDOT District One, Collier County, FL. This project involved design, milling and resurfacing, and the additional of two new lanes to widen 1-75 to six lanes from north of SR 951 to north of Golden Gate Parkway. As a subconsultant to American Consulting Engineers of Florida, KCA provided peer review, drainage, pavement design, roadway design, traffic control plans, permitting, S&PM, and signalization services. Role: Peer Review CR 550 (Overlook Drive), Polk County, FL. This project consisted of upgrading 3 miles of a substandard two- lane roadway along with intersection improvements at SR 540 and Cypress Gardens Road. The project analyzed various alternatives including no -build, addition of sidewalk only, widened two-lane section, and three -lane section. The project included base map development, conceptual layouts for each alternative, traffic analysis, evaluation of wetland, floodplain and drainage impacts, utility investigation, Level I Hazardous Waste Assessment, right-of-way requirements, cost estimates, and public involvement. Coordination efforts with SWFWMD, USACE, FDEP, City of Winter Haven, and USFWS were required. Role: Project Manager CR 542 (Avenue G) Improvements, Polk County, FL. This project included a project development and environment (PD&E) study and final design of improvements intended to reduce traffic delays, improve local access, and provide a safe corridor for Inwood Elementary School children along a 1.5-mile stretch of Avenue G from 34th Street to Lake Howard Avenue. A variety of options were analyzed, from adding a center turn lane and sidewalk for the length of the project to adding sidewalks with intersection improvements. The preferred alternative that advanced to final design included intersection and signal improvements, addition of sidewalks, and overlaying Avenue G. The construction cost was $1.43 million. Role: Project Manager Polk Parkway, Section Five, Florida's Turnpike Enterprise (FTE), Polk County, FL. This project involved the design of 5.2 miles of a four -lane expressway traversing through extremely sensitive environmental areas, impacting more than 28 wetland areas and a 2,000-foot-wide regulated floodway. The project included a directional interchange, a mainline barrier toll plaza, two ramp plazas, and bridges at six sites. The Saddle Creek floodway and residual slime material from phosphate mining activities required twin 1,500-foot-long bridges to be designed to span the weak soil conditions. At other locations, ground reinforcement was combined with wick drains and embankment surcharges to increase settlement rates. The project was drainage intensive including eight on-line wet detention ponds —one pond being approximately 25 acres and involving draining of approximately 337 acres. Polk Parkway alignment fell within the 100-year floodplain of Saddle Creek, which has a 4,000-foot-wide floodplain and a 2,000-foot regulated floodway. Extensive communication with federal, state, and local government agencies (FEMA, Florida Department of Education, SWFWMD, and Polk County) was crucial to coordinate and approve permitting, drainage, utility adjustments, and traffic control during construction. Role: Roadway Design SR 50 from Lockhart Road to Remington Road, FDOT District Seven, Hernando County, FL. The project involves an existing four -lane divided rural principal arterial in Hernando County, which will be widened to a six -lane divided with raised median, 12-foot lanes, 8-foot shoulders, bike lanes on the paved outside shoulders, and sidewalks on both sides. The KCA team will be providing roadway design, traffic control, structures, lighting, signals/S&PM, drainage and permitting, environmental, public involvement, utility coordination/SUE, right-of-way surveying/mapping, and archaeological services. Role: QA Manager Kisinger Campo & Associates, Corp. QA/QC - QA Manager Education • MSCE, University of Florida, 1986 • BSCE, University of South Florida, 1983 Registrations/Certifications • Professional Engineer: Florida, 42775; Georgia, 22504; North Carolina, 043950 Affiliations • Florida Institute of Consulting Engineers (FICE), Corporation Software • ICPR • HY-8 • BRN • ASAD • WSPRO • PONDS • HEC-RAS Areas of Specialization Stormwater Design • Stormsewer Systems • Wet/ Dry Detention Ponds • Cross Drain Culverts • Bridge Hydraulic Analysis/Reports • H&H Modeling • Floodplain Compensation • Permitting Project Experience 1-75 at SR 222 (39th Avenue) NB Off -ramp Operational Improvements, FDOT District Two, Alachua County. The limits of this project are from south of the northbound 1-75 (SR 93) off -ramp to the signalized intersection servicing SR 222 (39th Avenue) in Alachua County. The scope of services involves overall operational improvements to the existing northbound exit ramp configuration. As a result of the project development and environment (PD&E) study and Interchange Operational Analysis Report (IOAR), the proposed ramp configuration involved widening the existing ramp from three to four lanes as well as lengthening the deceleration (auxiliary) lane that runs parallel to the SR 93 (1-75) thru lanes. Additional tasks included drainage improvements, upgrades to signage and overhead guide signs, and signalization and lighting upgrades. Role: Senior Drainage Engineer Polk Parkway, Section 5, Florida's Turnpike Enterprise, Polk County, FL. This project involved the design of 5.2 miles of four -lane expressway traversing through extremely sensitive environmental areas, impacting more than 28 wetland areas and a 2,000-foot-wide regulated floodway.The project included a directional interchange, mainline barrier toll plaza, two ramp plazas, and bridges at six sites. The Saddle Creek floodway and residual slime material from phosphate mining activities required twin 1,500-foot-long bridges to be designed to span the weak Mr. Tayebnejad has 33 years of engineering experience in designing roadway and drainage systems. He has participated in the drainage design of numerous transportation design projects throughout Florida and produced bridge hydraulic reports, location hydraulic reports, pond siting reports, conceptual drainage designs, and conducted coordination activities with FEMA, water management districts, and environmental regulatory agencies. He is extremely familiar with Florida Department of Transportation (FDOT) drainage criteria and performed as the lead drainage engineer for numerous projects for Districts One, Two, Five, Six, Seven, and Florida's Turnpike Enterprise. Mr. Tayebnejad has coordinated with permitting agencies such as Southwest Florida Water Management District (SWFWMD), South Florida Water Management District (SFWMD), St. Johns River Water Management District (SJRWMD), Dade County Department of Environmental Resources Management (DERM), U.S. Coast Guard (USCG), U.S. Army Corps of Engineers (USACE), Hillsborough County Environmental Protection Commission, and Tampa Port Authority. soil conditions. At other locations, ground reinforcement was combined with wick drains and embankment surcharges to increase settlement rates. The project was drainage intensive including eight online wet detention ponds, one pond being approximately 25 acres, and involving draining approximately 337 acres. Polk Parkway alignment fell within the 100-year floodplain of Saddle Creek, which has a 4,000-foot-wide floodplain and a 2,000-foot regulated floodway. Extensive communication with federal, state, and local government agencies (FEMA, Florida DOE, SWFWMD, and Polk County) was crucial to coordinate and approve permitting, drainage, utility adjustments, and traffic control during construction. Role: Drainage Engineer -of -Record (EOR) responsible for extensive coordination with FEMA and Polk County, which was required for a bridge constructed in a regulated floodway 1-75 Design -Build Interchange Improvements at SR 780 (Fruitville Road), FDOT District One, Sarasota County, FL. KCA teamed with Cone & Graham, Inc., to design and construct capacity improvements including ramp widening and shoulder improvements. Design included improvements to the drainage systems, permitting, high mast lighting, a new lighted overhead sign structure, S&PM, and improvements to the two at -grade intersections including mast arm signalization upgrades. Role: Drainage FOR Kisinger Campo & Associates, Corp. Drainage QC Gornto Lake Road Extension PD&E Study, Hillsborough County, FL. This project includes a PD&E study and final design services of a 0.7-mile extension of Gornto Lake Road from its existing terminus south of SR 60 southward to the existing intersection with Town Center Boulevard. The corridor has several challenges, including a wetland on one side and a cemetery on the other side. Pond siting was critical because of floodplain compensation requirements. Role: Drainage Project Manager responsible for developing conceptual hydraulic design including base clearance determination and Pond Sitting Report including floodplain encroachment and compensation calculations as well as developing extensive stormwater models for both existing and proposed conditions to assist in locating and sizing of the cross drains and to determine the 100-year flood plain elevations and tail water elevations for the stormwater ponds 1-4/1-275 Downtown Tampa Interchange, FDOT District Seven, Hillsborough County, FL. This project incorporated operational and safety improvements to the tri-level 1-4/1-275 Downtown Tampa Interchange. Construction started in October 2002 and was completed in December 2006. The project included the addition of dedicated ramps to eliminate operational weaving problems. The addition of through -lanes midway through design provided compatibility with an adjacent project and improved capacity. Stormwater was treated entirely within the existing right-of-way using compensatory treatment. Public involvement was extensive and included the relocation of historic homes. Role: Drainage FOR responsible for retrofitting and minimizing impact to existing stormsewer system in downtown Tampa, providing stormwater management in existing infield areas, coordinating with SWFWMD, coordinating drainage design with traffic control plans (TCP) for highly congested multiple -level interchange, and designing bridge deck drainage systems for the Scott Street Viaduct section of 1-275 and other elevated roadway sections SR 105/Hecksher Drive Sisters Creek Bridge No. 720061 Replacement, FDOT DistrictTwo, Duval County, FL. This project includes the design of a new 3,430-foot- long bridge over Sisters Creek including 0.5 mile of roadway. Two stormwater ponds are proposed within the existing FDOT right-of-way. Drainage design includes spread calculations, ditch tabs, stormwater ponds, and stormsewer system. Permitting is through SJRWMD. Role: Senior Drainage Engineer Homestead Extension to Florida's Turnpike (HEFT), Florida's Turnpike Enterprise. This project consisted of preparing PD&E studies along with all applicable construction plans and specifications for the improvements required at four separate interchanges along Florida's Turnpike. Improvements included adding off and on ramps with associated mainline widenings and coordinating four new ramp toll plazas. KCA was responsible for performing all services including evaluating alternative alignments, existing drainage facilities, and associated environmental impacts for preparation and completion of a final engineering report prior to final design. Structures improvements included widening a two -span American Association of State Highway and Transportation Officials (AASHTO) girder bridge using drilled shafts for the widening (piles on original foundation). Role: Senior Drainage Engineer, responsible for permitting through SFWMD and Dade County DERM as well as stormwater ponds and exfiltration systems provided within the existing right-of-way Districtwide Drainage Contract, FDOT District One, FL. With HNTB as a major subconsultant, KCA will provide districtwide drainage -related engineering tasks to FDOT District One under this contract. Services will include drainage maps; location hydraulic reports; stormwater analysis for the design of French drains, cross drains, ditches, storm sew ers, retention/detention facilities, and stormwater management systems; Pond Siting Reports; permitting; stormwater treatment and attenuation; Bridge Hydraulic Reports; and FEMA"No-Rise" Certifications. Role: Senior Drainage Engineer, reviewed multiple plan sets for the Department SR 40 from East of CR 314 to East of CR 314A, FDOT District Five, Marion County, FL. This 6-mile-long capacity project will reconstruct this two-lane roadway to a four -lane divided highway through the Ocala National Forest. The project includes 13 wildlife crossings including two pairs of 50-foot bridges, three pairs of 400- foot bridges, an 8-foot by 8-foot box culvert, and seven 48-inch by 76-inch elliptical pipes. There are six drainage basins including three direct runoff basins where vegetated natural buffers (VNB) will be used and runoff will be permitted to flow into the forest with minimal treatment. A Pond Siting Report is underway for eight stormwater ponds and three floodplain compensation sites.There are also four floodplains impacted by the project. Role: Senior Stormwater Engineer Kisinger Campo & Associates, Corp. Drainage QC Education • BS, Civil Engineering, University of South Florida • AA, Pasco Hernando Community College Registrations/Certifications • Professional Engineer: North Carolina, 049338 • NCDOT - Designer of Erosion and Sediment Control Plans, Level III • Stormwater Inspection and Maintenance, #3689 Areas of Specialization Stormwater System Design • Wet/Dry Ponds • Flooding Investigations • Floodplain Compensation Ponds • Culvert Design • Bridge Survey Reports • Hydraulic Plans Review • Preliminary Drainage Reports • Hydraulic Planning Reports • Permit Plans • Memorandum of Agreement Package• Erosion and Sediment Control Design Project Experience Auburndale Flea Market Drainage Complaint, FDOT District One, Polk County, FL. A Task Work Order (TWO) under our FDOT District One Districtwide (D/W) drainage contract, KCA was tasked to complete a flooding complaint investigation. This project consisted of investigating the frequent flooding of driveways and parking lots that occurs along SR 600 (US 92) from east of Polk Parkway to in front of the International Market World Flea Market in Auburndale. An ICPR model was used to model the existing and proposed conditions. ICPR was chosen to model the capacity and storage of the roadside ditches to ensure no adverse impacts. Three different storm events: 2.33-year/24- hour (Mean Annual),10-year/24-hour, and 25-year/24- hour storm events were used to model the project location. Five alternatives were considered with each providing relief to roadside ditches and reducing or preventing overtopping onto adjacent properties. The preferred alternative was to provide a connection on the north side of US 92 from the existing ditch to a borrow pit located west of International Market World Flea Market along with replacing and upsizing existing drainage along US 92. Role: Task Manager and Modeling Lead McGregor Boulevard Drainage Improvements, FDOT District One, Lee County, FL. As a Districtwide Drainage Consultant for FDOT District One, KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing Mr. Aadland has five years of experience in stormwater design, modeling of stormwater systems, culvert analysis, ditch design, floodplain modeling and bridge modeling. He has previously served as a Hydro Consultant in the North Carolina Department of Transportation's (NCDOT) Eastern Division Hydraulics Unit, several days a week. He has assisted in the preparation of Permit Plans, Erosion Control Plans, Redline Drainage Plans and Bridge Survey Reports. He is proficient in Geopak Drainage, HEC-RAS and GeoHEC-RAS, HY-8, and MicroStation. 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services Role: Stormwater Design Engineer Districtwide Drainage Contract, FDOT District One, FL. With HNTB as a major subconsultant, KCA will provide districtwide drainage -related engineering tasks to FDOT District One under this contract. Services will include drainage maps; location hydraulic reports; stormwater analysis for the design of French drains, cross drains, ditches, storm sewers, retention/detention facilities, and stormwater management systems; Pond Siting Reports; permitting; stormwater treatment and attenuation; Bridge Hydraulic Reports; and FEMA"No-Rise" Certifications. Role: Stormwater Designer investigated flooding complaint on SR 80 Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction Kisinger Campo & Associates, Corp. • Drainage Design and relocating public utilities to enable continuous service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Drainage Engineer 1-75 at US 301 Interchange, FDOT District One, Manatee County, FL. This project consists of widening a six -lane interstate to eight lanes and major modifications to the interchange. The project length is 4 miles and interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right-of-way. A final Pond Siting Report has been approved and design is ongoing. Role: Stormwater Designer 1-75 Overpass Concept, Lakewood Ranch Development, Sarasota County, FL. The KCA team provided a preliminary evaluation and cost estimate and will design an extension of Lakewood Ranch Boulevard from the east side of 1-75 to the west side by constructing a bridge over 1-75, connecting to North Cattleman Road. The project is located just to the south of University Boulevard in Sarasota County near the new rowing lake. The facility will be a four -lane divided roadway with curb and gutter. Bike lanes and sidewalks may be incorporated. The development of this corridor is important to the overall transportation network. This overpass to the south of the mall will provide a vital link that bypasses University Parkway and provides connectivity to Fruitville Road. Role: Stormwater Designer SR 70 from Jefferson Avenue to CR 29 PD&E Study, FDOT District One, Highlands County, FL. SR 70 serves as an east -west corridor across central Florida from Bradenton to Fort Pierce. The objective of this study is to evaluate widening SR 70 between Jefferson Avenue and CR 29 to provide a four -lane facility with paved shoulders. Adding a multi -use trail and sidewalk will also be assessed. The study will cover seven miles and include evaluating improvements to the SR 70 intersection at US 27. The KCA team will be responsible for studying traffic and function, access management, pedestrian, bicycle, and vehicular safety, utility coordination, stormwater management, wetlands and listed species assessment, cultural resources, conservation lands evaluation, noise and air, contamination, and public involvement. Role: Stormwater Designer SR 56 Extension from Meadow Pointe Boulevard to US 301, FDOT District Seven, Pasco County, FL. KCA is teamed with Cone & Graham on this 6.3-mile extension of SR 56 will provide an east -west corridor to alleviate traffic on SR 54 with a direct truck route for the industrial development on the Chancey Road Bypass. It includes a four -lane divided typical section compatible with the ultimate six -lane section, centered within 250 feet of R/W. The roadway traverses impaired waterbodies as well as the FEMA floodplain. Floodplain modeling using the New River Watershed model minimized the size of the seven floodplain compensation ponds. The 15 stormwater ponds are designed for the ultimate six -lane section. with frontage roads. The project also includes three new signalized intersections at Meadow Pointe, Morris Bridge Road and US 301. Role: Stormwater Designer 1-75 (SR 93) from Pasco/Hernando County Line to North of SR 50 (US 98), FDOT District Seven, Hernando County. This project consisted of widening 8.43 miles along 1-75 from the Pasco/Hernando County line to north of SR 50 (Cortez Boulevard) in Hernando County. The proposed improvements called for widening the existing four -lane divided interstate highway to six lanes and resurfacing the existing lanes. This project also included reconstruction of the 1-75/SR 50 (Cortez Boulevard) interchange to include dual left -turn lanes from SR 50 to 1-75 and the addition of a northbound 1-75 to westbound SR 50 flyover ramp. Right-of-way acquisition was required, along with stormwater management facilities. Other features of the project included S&PM and highway lighting. Role: Stormwater Designer SR 40 from SR 15 (US 17) to SR 11, FDOT District Five, Volusia County, FL. This 6.4-mile-long capacity project in Volusia County will reconstruct a two-lane roadway to a four -lane divided highway and a 12-foot shared -use path through the Heart Island Conservation Area (HICA). Numerous box culvert cross drains will be extended and four wildlife crossings will be designed. There are eight drainage basins impacted; ponds will be designed for six basins and two will discharge directly into forested areas. Five floodplain areas are also impacted and require compensation. The project includes extensive coordination with HICA, St. Johns River Water Management District (SJRWMD), U.S. Army Corps of Engineers (USACE), U.S. Fish and Wildlife Service (USFWS), and Florida Fish and Wildlife Conservation Commission (FWC). Role: Stormwater Designer NCDOT Hydraulics LSC, NCDOT Eastern Division Hydraulics Unit, NC. Role: Hydro Embedded Consultant. Mr. Aadland previously worked in NCDOT's Eastern Division Hydraulics Unit, three days a week, where he was responsible for reviewing Eastern Division TIP project submittals. Kisinger Campo & Associates, Corp. 0 Drainage Design Education • Ph.D., Civil Engineering, University of Central Florida, 2003 • MSCE (Transportation), Cairo University, 1999 • BSCE, Zagazig University, Egypt 1995 Registrations/Certifications • Professional Engineer: Florida, 63914; North Carolina, 043459; Michigan, 51908 • Professional Traffic Operations Engineer, 1578 • FDOT Advanced MOT Certification • FDOT Specification Package Preparation (Certified) Professional Affiliations • Institute of Transportation Engineers, 38575 • American Society of Civil Engineers, 412294 • American Society of Highway Engineers Areas of Specialization Signalization Design • Traffic Impact/Circulation Studies • Traffic Simulation/Modeling • Intersection/ Interchange/Corridor Analysis • Signing and Pavement Marking • Traffic Safety Project Experience Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Lead Traffic Engineer Big Bend Road Box Culvert Replacement, FDOT District Seven, Hillsborough County, FL. Under our FDOT District Seven Miscellaneous Design Services contract, KCA designed a box culvert replacement on Big Bend Road from East of Dickman Road to West of Dr. Abdalla has 24 years of diversified experience in the transportation industry as Senior Traffic/Roadway Engineer/Reviewer. Traffic experience includes traffic impact studies, traffic circulation studies, traffic simulation and modeling, intersection/interchange analysis, corridor analysis, traffic safety, signing and pavement marking design and plan preparation, and signalization design. He has prepared numerous transportation/traffic studies for FDOT and other local authorities. Typical traffic studies include trip generation, trip distribution, level of service/capacity analyses of signalized intersections and arterials, freeway merge, diverge, and weaving analyses along with the associated recommendations for the improvements necessary to meet design criteria. Roadway experience includes roadway plan and profile design, typical section design, pavement design, and preparing exceptions/ Variations. Dr. Abdalla has served as Project Engineer for different City/County/FDOT roadway design projects in Florida, including new construction, widening, and resurfacing projects. Wyandotte Road in Hillsborough County.This project involved replacement of Bridge No. 100270, a three -cell concrete culvert (8-foot by 7-foot) with straight wing walls. CR 672/Big Bend Road, a two-lane, undivided roadway with 23 feet of pavement, paved shoulders, and ditch, is a low -volume urban facility active off the SHS. KCA provided structures design, traffic analysis/design, roadway design, and drainage design services for this project. Role: Traffic Engineer Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. This project includes the survey and design of drainage improvements at three locations and extension of an ADA compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also include the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two (2) double -sided solar RRFB assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed.The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Role: Traffic Engineer Kisinger Campo & Associates, Corp. Traffic/S&PM Miscellaneous Traffic Engineering Services, Lee County, FL. As part of this contract, KCA designed intersection safety improvements at the intersection of Alico Road at Gator Road in Ft. Myers. The improvements included adding new signalization, adding additional signing, protecting the railroad signal equipment, and replacing the railroad tracks crossing Gator Road. Role: Project Manager and Lead Traffic Engineer CR 54 (Wesley Chapel Boulevard) from north of SR 56 to north of Magnolia Boulevard, Pasco County, FDOT District Seven. This project will widen CR 54 from a two-lane undivided rural roadway to a six -lane divided urban section from approximately 1/2 mile north of SR 56 to 640 feet north of Magnolia Boulevard. The length of the project is 3.1 miles. Three intersections will be signalized including signalization interconnect. The box culvert at Cabbage Swamp will be replaced with bridge structures to improve hydraulics and to provide a dry shelf wildlife crossing. In addition to roadway and structure design, services include right-of-way and topographic survey, title search reports, right-of-way maps, project drainage design, stormwater treatment and retention, environmental mitigation design, environmental permitting, utility coordination, and soils investigation in support of roadway plans with signing and pavement marking, and signalization components. Role: Project Engineer (Roadway and Traffic EOR)/Senior Traffic Engineer who designed and prepared roadway plans, signalizations plans, and S&PM plans 1-75 Widening from North of SR 951 to North of Golden Gate Parkway, FDOT District One, Collier County, FL. This project involved design, milling and resurfacing, and the additional of two new lanes to widen 1-75 to six lanes from North of SR 951 to North of Golden Gate Parkway. As a subconsultant to American Consulting Engineers of Florida, KCA provided peer review, drainage, pavement design, roadway design, traffic control plans, permitting, signing and pavement marking, and signalization services. Role: Traffic Engineer Gornto Lake Road Extension PD&E Study, Hillsborough County, FL. This project includes a PD&E study and final design services of a 0.7-mile extension of Gornto Lake Road from its existing terminus south of SR 60 southward to the existing intersection with Town Center Boulevard. The corridor has several challenges, including a wetland on one side and a cemetery on the other side. Pond siting was critical because of floodplain compensation requirements. Role: Senior Traffic Engineer 60th Avenue East from US 301 to Mendoza Road Improvements, Manatee County, FL. KCA is conducting a study to collect field and engineering data and analyze three build alternatives to for improvements along 60th Avenue East in Manatee County. The objective of this study is to evaluate widening and operational improvements to 60th Avenue East to improve overall traffic operations and provide a multi -modal facility accommodating bicyclists and pedestrians. In close proximity to the Ellenton Premium Outlets, this project (specifically from the intersection of US 301 at 60th Avenue East to Factory Shops Boulevard) is considered high importance and a priority for Manatee County. Improvements include widening 60th Avenue East to a six -lane section from US 301 to Factory Shop Boulevard and widening/reconstructing 60th Avenue from Factory Shop Boulevard to Mendoza Road to provide a two-lane or a four -lane section. The 60th Avenue East corridor from US 301 to Mendoza Road will include street lighting along with bicycle lanes, sidewalks, and/or a multi -use trail. KCA is providing traffic analysis, roadway alternatives development, drainage analysis, environmental impacts analysis, right-of-way (R/W) analysis, and cost estimates. The completion of these tasks will be summarized in a Preliminary Engineering Report, which will be presented to the Manatee County Board of County Commissioners along with a recommended alignment. Role: Traffic Engineer 1-75 at US 301 Interchange, FDOT District One, Manatee County, FL. This project consists of widening a six -lane interstate to eight lanes and major modifications to the interchange. The project length is 4 miles and interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right-of-way. A final Pond Siting Report has been approved and design is ongoing. Role: Traffic Engineer who prepared signal plans and IMR traffic report 1-275 (SR 93) From SR 600/Hillsborough Ave to Yukon Street, Hillsborough County, FDOT District Seven. This project involved closing the median and widening 16 existing bridges to provide minimum 10-foot-wide shoulders. The existing median guardrail will be removed and a concrete median barrier wall will be installed two feet left of the baseline survey. The bridges will be widened to bring them up to current design standards and connected with no gap in between. The existing median inlets will be adjusted to meet the new shoulder edge of pavement and new inlets and pipe will be installed. Light poles, ITS conduit, and sign structures will be relocated to the median barrier wall. All cross streets will be milled and resurfaced at the end of construction, with the exception of Hillsborough Avenue which is concrete pavement. Many of the bridge widenings required innovative substructure systems to maintain clearance over existing roads and structures. Role: SeniorTraffic Engineer (Traffic EOR) who designed and prepared S&PM plans Kisinger Campo & Associates, Corp. Traffic/S&PM Education • M.S., Ecological Restoration, University of Florida, 2017 • B.S., Biology, University of Central Florida, 2010 Certifications • Florida Stormwater, Erosion, and Sedimentation Control Inspector • Authorized Gopher Tortoise Agent / FWC, GTA-15-00012B • Surface Water Certification #987T-1117 (from N.0 Environmental Management Commission) Professional Affiliations • Tampa Bay Association of Environmental Professionals (TBAEP) Areas of Specialization Biological/Environmental Compliance • Data Management • Wetland Ecology and Assessment • Wetland Delineation • Wildlife Ecology • Botanical and Wildlife Surveys • Listed Species Relocation • Biological Sampling • Water Quality Assessments Project Experience CR 630 Box Culvert Replacement, Polk County, FL. KCA designed the replacement of a 5-foot by 8-foot concrete box culvert at CR 630 just east of Monk Road intersection in Polk County, Florida. The existing box culvert was replaced with a new culvert that is approximately 10 feet longer on both the north and south sides so that standard headwall and wingwalls could be used instead of a special design. CR 630 is an east -west collector in south central Polk County that extends from US 27 to US 17. This project involved drainage analysis and improvements, permitting, roadway design, and utility coordination. Role: Senior Environmental Scientist Ortiz Avenue Widening from SR 884 (Colonial Boulevard) to SR 82 (Dr. Martin Luther King Jr. Boulevard), Lee County, FL. KCA is performing design and permitting services for the improvements to Ortiz Avenue from Colonial Boulevard to SR 82 (Dr. Martin Luther King Jr. Blvd.), which is a 1.7-mile corridor consisting of a two-lane undivided urban arterial. This project involves widening Ortiz Aveneu from two to four lanes. KCA will design the four -lane facility within the County's existing right-of-way. Specific tasks include the assessment of the project area for the presence of federal and/ or state -listed protected species, determination of wetland jurisdictional boundaries using federal and state guidelines, and a quantitative assessment of existing wetland values and wetland values using the UMAM. Additional tasks include obtaining USACE 404 dredge and fill permit, Florida Department of Environmental Protection (FDEP) National Pollutant Discharge Ms. Abdel-Nadi has 10 years of educational, professional, and field experience with wildlife ecology and terrestrial and aquatic community ecology throughout ecosystems of the Southeastern and Western United States. She has worked on a broad range of interdisciplinary projects in cooperation with federal agencies such as the U.S. Fish and Wildlife Service (USFWS), U.S. Environmental Protection Agency (EPA), and Bureau of Land Management, as well as state agencies and private developers. Her primary responsibilities include project management, technical document preparation, vegetation monitoring, wetland delineations, habitat assessments, nuisance and/or exotic species mapping, protected species surveys and relocations, preliminary site assessments, data management, water quality sampling and data collection, environmental permitting, and permit compliance. Elimination System (NPDES) permit, and a South Florida Water Management District (SFWMD) ERP. Role: Senior Environmental Scientist SR 70 from Jefferson Avenue to CR 29, Florida Department of Transportation (FDOT) District One, Highlands County, FL. This project involves the development of the National Environmental Policy Act (NEPA) document and support documents for the widening of an approximately 7.5-mile section of SR 70 in Highlands County. Project alternatives includes the widening of the existing roadway from two to four lanes. Specific tasks included data collection, development of environmental documents, and coordination with federal and state regulatory and review agencies. Key issues include impacts to multiple federal and state - protected species, public lands (4(f) properties), private research facilities, and extensive utilities. Environmental documents developed for the project included wetlands, protected species, hazardous materials, drainage, noise and archaeological/historical reports, as well as the NEPA document developed for the Federal Highway Administration (FHWA) and FDOT. Role: Environmental Scientist Maydell Drive Bridge Replacement, Hillsborough County, FL. KCA was selected by Hillsborough County for the Maydell Drive over Palm River Bridge Replacement PD&E/Design Contract.This project is a Hillsborough County/FDOT LAP Project and consists of replacing the existing 616-foot bridge, reconstructing the roadway Kisinger Campo & Associates, Corp. Environmental/Permitting approaches, and providing pedestrian connectivity. The structurally deficient bridge has been closed to vehicular and pedestrian traffic for several years. The bridge is highly visible as you drive east on the Selmon Expressway, and it is a great opportunity to showcase KCA's diverse capabilities to Hillsborough County. The KCA Team is providing a PD&E study, final design plans, specification and construction phase support for this project. Seeking an accelerated design schedule, KCA will be guiding the County through the SWAT process. Role: Environmental Scientist SR 56 Extension from Meadow Pointe Boulevard to US 301, FDOT District Seven, Pasco County, FL. This project involves the construction of an approximately 8-mile extension of SR 56 in Pasco County. The project consists of the construction of a new four -lane roadway, including the design of three bridges over existing channels and development of a stormwater management system to address water quality concerns. Specific tasks included the assessment of the project area for the presence of federal and/or state -listed protected species, determination of wetland jurisdictional boundaries using federal and state guidelines, and a quantitative assessment of existing wetland values and wetland values lost using the Unified Mitigation Assessment Method (UMAM). Wetland impacts exceeded 40 acres and the project required species -specific surveys and the assessment of impacts for multiple federal and state -listed species. Additional tasks include obtaining U.S. Army Corps of Engineers (USACE) 404 dredge and fill permit, FDEP NPDES permit, and a Southwest Florida Water Management District (SWFWMD) Environmental Resource Permit (ERP).The project also included obtaining a Florida Fish and Wildlife Conservation Commission (FWC) gopher tortoise relocation permit to excavate more than 150 gopher tortoise burrows. Role: Environmental Scientist Bimini Drive Bridge Replacement, Monroe County, FL. KCA is providing structures, drainage, and roadway design; environmental assessment and permitting; utility coordination; and public involvement services for the Bimini Drive Bridge (Bridge No. 904603) Replacement project. The Bimini Drive Bridge is one of four historic Duck Key bridges, requiring evaluation under the National Historic Preservation Act (NHPA). KCA led the Section 106 (NHPA) process to a successful conclusion, obtaining a MOA for all four historic bridges. Tasks include assessment of wetland, seagrass, coral, and protected species impacts resulting from the proposed structure replacement as well as coordination with federal and state resource and regulatory agencies. Additional tasks include obtaining US Army Corps of Engineers 404 dredge and fill permit, US Coast Guard Bridge Permit, FDEP NPDES permit, and SFWMD Environmental Resource Permit. Role: Senior Environmental Scientist Harbour Drive Bridge Replacement, Monroe County, FL. KCA is providing structures, drainage, and roadway design; environmental assessment and permitting; utility coordination; and public involvement services for the Harbour Drive Bridge (Bridge No. 904604) Replacement project. The Harbour Drive Bridge is one of four historic Duck Key bridges, requiring evaluation under the National Historic Preservation Act (NHPA). KCA led the Section 106 (NHPA) process to a successful conclusion, obtaining a MOA for all four historic bridges.Tasks include assessment of wetland, seagrass, coral, and protected species impacts resulting from the proposed structure replacement as well as coordination with federal and state resource and regulatory agencies. Additional tasks include obtaining US Army Corps of Engineers 404 dredge and fill permit, US Coast Guard Bridge Permit, FDEP NPDES permit, and SFWMD Environmental Resource Permit. Role: Senior Environmental Scientist Sugarloaf Boulevard Bridge Replacement, Monroe County, FL. This project consists of the replacement of the existing Sugarloaf Boulevard Bridge over Sugarloaf Canal. The existing bridge is a three -span AASHTO beam bridge founded on pile bents that serves as the only vehicular route for residents that live on the south side of Sugarloaf Key. Monroe County has tasked KCA to design a single -span bridge replacement, which will eliminate the need for pile bents in the water and reduce future maintenance costs. Tasks include assessment of wetland, seagrass, coral, and protected species impacts resulting from the proposed structure replacement as well as coordination with federal and state resource and regulatory agencies. Additional tasks include obtaining USACE 404 dredge and fill permit, US Coast Guard Bridge Permit, FDEP NPDES permit, and SFWMD Environmental Resource Permit. Role: Senior Environmental Scientist SR 70 from Lorraine Road to CR 675/Waterbury Road SWAT, FDOT District One, Manatee County, FL. Development of this project will use the new FDOT SWAT process, which will reduce duplicative efforts between PD&E and design. This project involves providing PD&E and design services for SR 70 from Lorraine Road to CR 675 (Waterbury Road) in Manatee County. This project's purpose is to increase capacity and improve safety on SR 70, which is a two-lane undivided roadway classified as an urban principal arterial —other from Lorraine Road to mile post 10.439 and rural principal arterial —other eastward to beyond CR 675. KCA will design two four -lane typical sections within the corridor. A suburban section from Lorraine Road to Del Webb Boulevard, and a rural section from Del Webb Boulevard to CR 675. A Level 1 roundabout screening will be performed to determine if roundabouts are viable. Role: Environmental Scientist Kisinger Campo & Associates, Corp. Environmental/Permitting Education • B.S., Civil Engineering, Florida Gulf Coast University, 2018 Registrations/Certifications • Professional Engineer in Training: Florida, 1100021835 Affiliations • Florida Engineering Society (FES) • American Society of Civil Engineers (ASCE) • American Concrete Institute (ACI) • Society of Professional Hispanic Engineers • National Society of Leadership Project Experience Municipal Service Tax Benefit Unit (MSTBU) Engineer - of -Record (EOR), Lee County, FL. Under Lee County's MSTBU Program, KCA serves as the FOR performing various services such as developing design alternatives; preparing environmental impact summaries; developing traffic data; preparing final plans and specifications, cost estimates, bid documents, contract documents, and governmental permit applications for the U.S. Army Corps of Engineers, Florida Department of Environmental Protection, South Florida Water Management District, and Lee County Department of Community Development; coordinating utility system adjustments; and providing construction administrative support services. KCA also attends public meetings with property owners and provides input into assessment roll preparation for all MSTBU projects including roads, bridges, drainage systems, water and sewer systems, canal and channel dredging projects, sidewalks, and any other projects which may be considered for construction. Role: Roadway Designer Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82), Lee County, FL. This project includes design services and preparation of construction plans, permits and specifications for the widening of Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82). The existing 1.7-mile corridor consists of a two-lane undivided arterial roadway with shoulders and a 10-foot multi- use path located on the west side of the corridor. KCA is designing a four -lane facility. Based on a traffic study and analysis, accommodations for an ultimate six -lane facility will be considered, analyzed, and included where feasible. A multi -use path will remain on the west side of the roadway, and a 5-foot sidewalk will be proposed on the east side. On -street bicycle facilities will be provided on both sides of the roadway. The plans will include Mr. Bernardini has two years of experience in roadway and traffic design. He recently joined KCA in our Fort Myers office as a Roadway Engineer. Mr. Bernardini is proficient in the following software and engineering programs: AutoCAD, GeoStudio, MathCAD, Cartegraph, Powerism Studio 10 and Flowmaster, HEC-HMS, HEC-RAS, and HCM- CALC. roadway transitions from the existing and/or planned roadway typical sections to the roadway typical sections approaching SR 884, SR 82 and the Hanson Street roundabout. The scope of services also includes the design and preparation of construction plans, permits, and specifications for the relocation of existing Lee County Utilities. Role: Roadway Designer Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended alternative, KCA will provide the final design including the design of the bridge, roadway, drainage, and all permitting. Role: Roadway Designer Coconut Road Crosswalks and Drainage Improvements, Village of Estero, Estero, FL. KCA was selected by the Village of Estero to provide design and permitting services for the Coconut Road Crosswalks and Drainage Improvements project in Estero.The project involves designing crosswalks to provide access across Coconut Road at three locations where existing sidewalks dead end at the edge of pavement. Coconut Road is a Village -maintained major collector road with a posted speed limit of 40 mph. Proposed drainage improvements include addressing maintenance issues that have arisen due to the close proximity of drainage structures to the edge of pavement and sidewalk. Role: Roadway Designer Kisinger Campo & Associates, Corp. Roadway/MOT Design Education • MS, Environmental Engineering, University of South Florida, Pursuing • BS, Environmental Engineering, Florida Gulf Coast University, 2012 • AA, Lake -Sumter Community College, 2009 Registrations/Certifications • Professional Engineer: Florida, 83383 Software • ICPR, ASAD, PONDS, HY-8, SWMM, MicroStation, and AutoCAD Areas of Specialization Stormwater Design • Stormsewer Systems • Wet/ Dry Ponds • Cross Drain Culverts • Bridge Hydraulic Analysis • Floodplain Modeling • Bridge Scour Evaluation • Permitting Project Experience Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Stormwater Design Engineer SR 50 Bypass from Broad Street to Jefferson Street, FDOT District Seven, Hernando County, FL. The project involves adding lanes and rehabilitating the existing pavement for SR 50/Cortez Blvd. in Hernando County. SR 50 from Broad Street to Jefferson Street is a four -lane urban principal arterial on the Florida Strategic Intermodal System. Improvements include widening SR 50 to the inside median and milling and resurfacing the existing travel lanes and shoulders. Additional improvements include adding sidewalk, lighting, Mr. French has eight years of experience in stormwater design including stormsewer systems, wet detention ponds, dry retention ponds, and cross drains Mr. French has performed investigations for flooding complaints including both FDOT ans county clients. He has also electronically submitted several environmental resource permits (ERP) to the Southwest Florida Water Management District (SWFWMD). Mr. French is familiar with several computer programs used for hydrologic and hydraulic modeling, including ICPR, ASAD, PONDS, HY-8, and SWMM. He is also familiar with the computer programs, MicroStation and AutoCAD, which are used for plans production. drainage, permits, utility coordination, structures, ITS, signing and pavement marking, and signals. Optional services include railroad grade crossing improvements and limited roadway approach resurfacing at CSX RR Crossing 624906G and a shared -use path on the south side of SR 50. Role: Stormwater Design Engineer SR 60 Grade Separation over CSX Railroad, FDOT District One, Polk County, FL. KCA is designing a grade separation of SR 60 from the CSX Railroad in West Lake Wales (Polk County). SR 60 will be designed to span the CSX Railroad, Peace Creek canal, and an access road to adjacent property owners while avoiding conflicts with a gas transmission line —for a total of six bridges. KCA is providing structures design, authoring the Bridge Hydraulics Report (BHR), and providing peer review of the plans, as well as constructability and bidability reviews. Role: Drainage Engineer Big Bend Road Box Culvert Replacement, FDOT District Seven, Hillsborough County, FL. Under our FDOT District Seven Miscellaneous Design Services contract, KCA designed a box culvert replacement on Big Bend Road from East of Dickman Road to West of Wyandotte Road in Hillsborough County. This project involved replacement of Bridge No. 100270, a three -cell concrete culvert (8-foot by 7-foot) with straight wing walls. CR 672/Big Bend Road, a two-lane, undivided roadway with 23 feet of pavement, paved shoulders, and ditch, is a low -volume urban facility active off the SHS. KCA provided structures design, traffic analysis/design, roadway design, and drainage design services for this project. Role: Stormwater Design Engineer Kisinger Campo & Associates, Corp. •Drainage Design Old Coachman over Alligator Creek - Bridge No. 154252, Pinellas County, FL. Under Pinellas County's General Engineering Services contract, KCA performed phased bridge reports I and II for this assignment, which included the addition of a retaining wall adjacent to an existing bridge. Project challenges included restricted right-of-way and existing utilities that had to be incorporated into the wall. Services performed include survey, SUE, geotechnical, a preliminary road/bridge design, permit applications, and a FEMA FIRM Map adjustment, as well as addressing floodplain issues and adjusting FEMA maps with permits. A two-phase design replacement proposal was also created in August 2013. Role: Stormwater Design Engineer McGregor Boulevard Drainage Improvements, FDOT District One, Lee County, FL. As a Districtwide Drainage Consultant for FDOT District One, KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services Role: Stormwater Design Engineer Districtwide Drainage Contract, FDOT District One, Districtwide, FL. With HNTB as a major subconsultant, KCA will provide districtwide drainage - related engineering tasks to FDOT District One under this contract. Services will include drainage maps; location hydraulic reports; stormwater analysis for the design of French drains, cross drains, ditches, storm sewers, retention/detention facilities, and stormwater management systems; Pond Siting Reports; permitting; stormwater treatment and attenuation; Bridge Hydraulic Reports; and FEMA"No-Rise"Certifications. Role: Stormwater Design Engineer who investigated flooding along SR 80 and prepared a flooding investigation report including solutions and cost estimates 1-75 (SR 93) from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL. This project consists of widening 9.12 miles along 1-75 from Sumter Boulevard to River Road in Sarasota County. The proposed improvements include widening the existing four -lane divided interstate highway to six lanes. The project traverses conservation land owned by Sarasota County and SWFWMD. This project includes impacts to the 100-year floodplain at the Myakka River and Big Slough. A Pond Siting Report has been completed including 20 stormwater ponds and floodplain compensation. Role: Stormwater Design Engineer responsible for designing stormsewer systems and stormwater management facilities for treatment and attenuation and designed and modeled existing and proposed cross drains using HY-8 SR 105/Hecksher Drive Sisters Creek Bridge No. 720061 Replacement FDOT District Two, Duval County, FL. This project includes the design of a new 3,430-foot-long bridge over Sister's Creek including 0.5 mile of roadway. Two stormwater ponds are proposed within the existing FDOT right-of-way. Drainage design includes spread calculations, ditch tabs, stormwater ponds, and stormsewer system. Permitting is through the St. Johns River Water Management District. Role: Stormwater Design Engineer responsible for designing stormsewer systems and stormwater management facilities for treatment and attenuation that discharge into an "Outstanding Florida Waterway" 1-75 at US 301 Interchange, FDOT District One, Manatee County, FL. This project consists of widening a six -lane interstate to eight lanes and major modifications to the interchange. The project length is 4 miles and interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right-of-way. A final Pond Siting Report has been approved and design is ongoing. Role: Stormwater Design Engineer responsible for designing stormsewer systems and management facilities for treatment and attenuation Central Polk Parkway — Segment 2, FDOT District One, Polk County, FL. This project consists of developing plans to assist FDOT in identifying right-of-way needs for the project corridor and obtaining project permits. This project's scope involves developing Phase I plans, final Pond Siting Report, preliminary bridge hydraulics report, utility coordination, and final right-of-way requirements for a six -lane roadway along a new alignment from east of SR 35 (US 17) to east of Pollard Road. The project includes the construction of four interchanges, design of two spurs that connect to the Central Polk Parkway mainline, widening of SR 60, and new construction along Pollard Road. The total mainline project length is approximately 6.07 miles. Role: Stormwater Design Engineer responsible for preparing a bridge hydraulics report Kisinger Campo & Associates, Corp. • Drainage Design Education • B.S., Civil Engineering, Florida Gulf Coast University, 2011 • B.S., Computer Information Systems, Florida Gulf Coast University, 2004 Registrations/Certifications • Professional Engineer: Florida, 80442 • FDOTTemporary Traffic Control (TTC) Advanced Affiliations • City of Fort Myers Building and Zoning Oversight Committee (BZOCO • Lee County BIA Government Affairs Committee Areas of Specialization Roadway Design • Project Management/Coordination • Plans Review Project Experience Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. This project includes the survey and design of drainage improvements at three locations and extension of an ADA compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also include the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two (2) double -sided solar RRFB assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed. The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Role: Roadway and Drainage Engineer -of - Record (EOR) Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended Mr. Gill has over 9 years of combined experience in the engineering, development, and {=it construction industries. During this time, his experience includes work related to roadway and sidewalk design, utility design, site development, hydraulic modeling, geotechnical studies, construction materials testing, quality control and building inspections. Mr. Gill's design and project management experience includes several current or recently completed projects within the State of Florida. alternative, KCA will provide the final design including the design of the bridge, roadway, drainage, and all permitting. Role: Drainage FOR CR 835 Curve Safety Improvements, Hendry County, FL. This project provided curve safety improvements to increase safety and reduce crashes by implementing the recommendations that were identified in the Site Safety Analysis and Justification Report prepared for this project. The improvements are located along five curves on CR 835, in eastern Hendry County (Rogers Curve, Saunders Curve, Blumberg Curve, Jackman Curve, and Southern Division Curve). Design and preparation of a complete set of construction contract documents for curve safety improvements at the five locations is being provided. Specific improvements at the curve locations include enhanced warning signage, superelevation correction, upgraded pavement markings, ground -in rumble stripes at edgeline and centerline, addition of paved shoulders and guardrail installation for protection of canal hazards. Role: Roadway FOR Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82), Lee County, FL. This project includes design services and preparation of construction plans, permits and specifications for the widening of Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82).The existing 1.7-mile corridor consists of a two- lane undivided arterial roadway with shoulders and a 10-foot multi -use path located on the west side of the corridor. KCA is designing a four -lane facility. Based on a traffic study and analysis, accommodations for an Kisinger Campo & Associates, Corp. Drainage Design; Utilities ultimate six -lane facility will be considered, analyzed, and included where feasible. A multi -use path will remain on the west side of the roadway, and a 5-foot sidewalk will be proposed on the east side. On -street bicycle facilities will be provided on both sides of the roadway. The plans will include roadway transitions from the existing and/or planned roadway typical sections to the roadway typical sections approaching SR 884, SR 82 and the Hanson Street roundabout. The scope of services also includes the design and preparation of construction plans, permits, and specifications for the relocation of existing Lee County Utilities. Role: Roadway Engineer 60th Avenue East from US 301 to Mendoza Road Improvements, Manatee County, FL. KCA is conducting a study to collect field and engineering data and analyze three build alternatives to for improvements along 60th Avenue East in Manatee County. The objective of this study is to evaluate widening and operational improvements to 60th Avenue East to improve overall traffic operations and provide a multi -modal facility accommodating bicyclists and pedestrians. In close proximity to the Ellenton Premium Outlets, this project (specifically from the intersection of US 301 at 60th Avenue East to Factory Shops Boulevard) is considered high importance and a priority for Manatee County. Improvements include widening 60th Avenue East to a six -lane section from US 301 to Factory Shop Boulevard and widening/reconstructing 60th Avenue from Factory Shop Boulevard to Mendoza Road to provide a two-lane or a four -lane section. The 60th Avenue East corridor from US 301 to Mendoza Road will include street lighting along with bicycle lanes, sidewalks, and/or a multi -use trail. KCA is providing traffic analysis, roadway alternatives development, drainage analysis, environmental impacts analysis, right-of-way (R/W) analysis, and cost estimates. The completion of these tasks will be summarized in a Preliminary Engineering Report, which will be presented to the Manatee County Board of County Commissioners along with a recommended alignment. Role: Roadway Engineer Municipal Service Tax Benefit Unit (MSTBU) Engineer - of -Record (EOR), Lee County, FL. Under Lee County's MSTBU Program, KCA serves as the FOR performing various services such as developing design alternatives; preparing environmental impact summaries; developing traffic data; preparing final plans and specifications, cost estimates, bid documents, contract documents, and governmental permit applications for the U.S. Army Corps of Engineers, Florida Department of Environmental Protection, South Florida Water Management District, and Lee County Department of Community Development; coordinating utility system adjustments; and providing construction administrative support services. KCA also attends public meetings with property owners and provides input into assessment roll preparation for all MSTBU projects including roads, bridges, drainage systems, water and sewer systems, canal and channel dredging projects, sidewalks, and any other projects which may be considered for construction. Role: Roadway Engineer Tropicaire Boulevard Shared -Use Path, City of North Port, FL. The KCA team was selected by the City of North Port to design its newTropicaire Boulevard Shared -Use Path project. The win signifies KCA's first -ever contract win with the City. The proposed 5-mile, 8-foot-wide paved asphalt shared -use path is expected to run adjacent to the south side of Tropicaire Boulevard from Toledo Blade Boulevard to Ponce De Leon Boulevard in North Port and will serve as an important principal east -west connector for the City's northern boundary. Tropicaire Blvd. is already used as a well -traveled vehicle, pedestrian, bicycle, and equestrian facility. KCA will team with the City to develop a separate and safer path option for North Port residents that will become a great addition to the community and the City's bike/pedestrian network. Led by Project Manager Alfredo Cely, PE, the KCA team will be tasked with performing design, environmental permitting, development of construction plans and specifications, construction cost and time estimating, and engineering services during construction. Role: Senior Roadway Engineer Kisinger Campo & Associates, Corp. Drainage Design; Utilities Education • MME, Mechanical Engineering, University of South Florida, 2011 • B.S.C.E., Mechanical Engineering, University of South Florida, 2011 Registrations/Certifications TIN K000978871030 • Professional Engineer: Florida, 88713 Affiliations • American Public Works Association Member Project Experience McGregor Boulevard Drainage Improvements, FDOT District One, Lee County, FL. As a Districtwide Drainage Consultant for FDOT District One, KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services Role: Stormwater Engineer Inwood Multi -Use Path, Polk County, FL. KCA was selected by Polk County to design the Inwood Multi - Use Path project in Winter Haven, FL. The improvement project involves design of a 10-foot-wide, approximately 1-mile, asphalt shared -use path from Avenue S NW to W Lake Cannon Drive NW in the Inwood Community of Winter Haven. Design will also include two new Citrus Connection transit shelters with Americans with Disabilities Act (ADA) improvements and bicycle racks, wayfinding and mile -marker signage, decorative light fixtures, waste containers, and benches. The project also includes design of a 5-foot-wide sidewalk within Lake Cannon Park for approximately 0.3 miles. Where needed, retaining wall and handrail will be installed for the new sidewalk. Concrete flumes and/or pipes will be installed under the sidewalk to maintain existing drainage. Modifications to existing end treatments will be performed to accommodate maintenance of existing drainage to ensure no adverse impact occurs.The goals of the project are to provide County transportation network Mr. Ku has over eight years of experience that includes stormwater design, roadway design, and pavement management. Mr. Ku acquired his PE in Water Resources and has become an invaluable member on KCA's Stormwater team. His previous experience in roadway production and design and pavement managment played a key role in his accelerated development as a Stormwater Engineer. Mr. Ku has experience designing all aspects of drainage systems from ditches to stormwater management systems using tools such as ICPR and custom drainage calculation tools, some of which were developed by him and are used throughout the department. Mr. Ku's speed of development and his compassion for efficiency has made him an asset to KCA since joining in March 2012. connectivity for Inwood Community pedestrians and bicyclists, access to transit, minimize impacts to existing drainage, provide a safe route to school for students and safe access to the park, and improved pedestrian and bicyclist safety in the area. Role: Stormwater Engineer, responsible for ditch design, floodplain analysis, and CAD support Harbour Drive Bridge Replacement, Monroe County, FL. KCA is providing structures, drainage, and roadway design; environmental assessment and permitting; utility coordination; and public involvement services for the Harbour Drive Bridge (Bridge No. 904604) Replacement project. The Harbour Drive Bridge is one of four historic Duck Key bridges, requiring evaluation under the National Historic Preservation Act (NHPA). KCA led the Section 106 (NHPA) process to a successful conclusion, obtaining a MOA for all four historic bridges.Tasks include assessment of wetland, seagrass, coral, and protected species impacts resulting from the proposed structure replacement as well as coordination with federal and state resource and regulatory agencies. Additional tasks include obtaining US Army Corps of Engineers 404 dredge and fill permit, US Coast Guard Bridge Permit, Florida Department of Environmental Protection National Pollutant Discharge Elimination System permit, and South Florida Water Management District Environmental Resource Permit. Role: Stormwater Engineer Tech, responsible for ditch design and CAD support Pinellas Trail Loop North Segment Design -Build, Pinellas County, FL. The Cone and Graham (C&G)/KCA Team has been awarded Pinellas County's $8 million Pinellas Trail Loop North Segment Design -Build (D/B) project. The Pinellas Trail Loop will become a vital link Kisinger Campo & Associates, Corp. Drainage Design throughout Pinellas County and the surrounding roadway network as part of the emerging Southwest Coast Regional Trail. This 75-mile loop will ultimately provide regional connectivity as the longest continuous trail in Florida for a cross state connection to the planned Coast to Coast Trail. The ultimate vision for the trail network is one which provides multi -modal accommodations for pedestrians/bicyclists creating the foundation for non -motorized travel throughout Pinellas County while interconnecting other networks. Currently, the 75-mile planned loop requires approximately 21.35 miles of trail construction for loop completion. This project will focus on constructing the northernmost gap within the Pinellas Trail Loop beginning south of Enterprise Road, connecting to the Duke EnergyTrail.The trail will run approximately 6.5 miles to the north utilizing a large portion of the Duke Energy easement and will terminate north above the Lake Tarpon Outfall connecting the southernmost trailhead at John Chestnut Park. KCA will provide roadway and structures design, drainage, traffic/signing and pavement marking/signalization, and environmental/permitting services for this project. Role: Stormwater Technician, responsible for providing storm structure system design and CAD support US 27 from Presidents Drive to SR 60, FDOT District One. This project will widen US 27 from four to six lanes and reconstruct the partial cloverleaf interchange at SR 60 with an interchange to accommodate the six -lane section on US 27. This segment of US 27 is a rural principal arterial facility and a component of the Strategic Intermodal System. It is a vital link for trucks to transport goods from the agricultural centers in the south and the Port of Miami to the Central Florida Intermodal Logistics Center. This FDOT-estimated $41 million project will include TTC, lighting, drainage, environmental and permitting, structures, archaeological analysis, noise studies, traffic and signals, geotech and contamination, R/W and survey, utilities, and public involvement/stakeholder coordination. KCA evaluated seven interchange configurations and recommended a partial cloverleaf (Parclo), which will eliminate the design challenges presented by the other configurations, including the SPUI recommended in the PD&E. Role: Engineering Technician, responsible for basin analysis, storm structure system design, and CAD support Deer Prairie Creek, SWFWMD, Sarasota County, FL. KCA is providing engineering and environmental analysis, surface water modeling, environmental permitting, design plans and specifications preparation, and project administration services for the wetland and hydrological restoration for portions of the Deer Prairie Creek Preserve (DPCP). The project area, which is jointly owned and managed by SWFWMD and Sarasota County, encompasses Project Regions (PRs) 10, 11, and 14 of the DPCP. The project's principal objective is restoration of the surface water hydrology and wetland habitats while enhancing the overall ecological function of the preserve and adjacent publicly owned land. This will also contribute to the enhancement of surficial levels and flows in Deer Prairie Creek and Lower Myakka River (LMR), which is an Outstanding Florida Water (OFW) and National as well as Florida Wild and Scenic River. KCA is performing detailed analyses of current conditions and inventories of existing drainage features and structures, identifying and prioritizing projects, designing solutions for priority projects, and implementing these projects to restore historic hydrological conditions. Role: Engineering Technician, responsible for wetland restoration and CAD support SR 5 (US 1) from SR 207 to SR 16 and SR 16 to City Gates, FDOT District Two, St. Johns County, FL. This project involves concrete rehabilitation and RRR improvements of SR 5 (US 1) from SR 207 to SR 16 and SR 16 to City Gates in St. Johns County. For this 3-mile, four -lane urban roadway, KCA will repair base problems, rehabilitate concrete pavement (6,000 concrete slabs to be evaluated), add paved shoulders, repair curb and gutters, repair ADA ramps, repair/replace damaged curb inlets, replace traffic signals for five intersections, and repair sidewalks. Additionally, the KCA team will provide traffic control plans, signing and pavement marking, traffic engineering, lighting, drainage design, GIS/data management, photogrammetry, mobile laser imaging, survey, SUE, geotechnical, and miscellaneous structures design services. Role: Mobile Laser Imaging Evaluation, GIS/Data Management Kisinger Campo & Associates, Corp. Drainage Design Education • MSCE University of Florida, 2012 • BSCE University of Florida, 2011 Registrations/Certifications • Professional Engineer: Florida, 82380 Areas of Specialization Load Rating • System Functionality • Miscellaneous Structure Design • QA/QC • Fluent in Spanish Project Experience Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Structures Engineer Old Coachman over Alligator Creek - Bridge No. 154252, Pinellas County, FL. Under Pinellas County's General Engineering Services contract, KCA performed phased bridge reports I and II for this assignment, which included the addition of a retaining wall adjacent to an existing bridge. Project challenges included restricted right-of-way and existing utilities that had to be incorporated into the wall. Services performed include survey, SUE, geotechnical, a preliminary road/bridge design, permit applications, and a FEMA FIRM Map adjustment, as well as addressing floodplain issues and adjusting FEMA maps with permits. A two-phase design replacement proposal was also created in August 2013. Role: Structures Design Engineer Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or Mr. Martinez has eight years of engineering experience in structure design and innovation. He has experience performing structural analyses and preparing calculations for steel, reinforced concrete, and masonry systems. Mr. Martinez is skilled with design software and very experienced with Adina, MicroStation, Autocad, PSBeam, Mathcad, Leap Software, FBMultipier, MDX. rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended alternative, KCA will provide the final design including the design of the bridge, roadway, drainage, and all permitting. Role: Structures Engineer Maydell Drive Bridge Replacement, Hillsborough County, FL. KCA was selected by Hillsborough County for the Maydell Drive over Palm River Bridge Replacement PD&E/Design Contract.This project is a Hillsborough County/FDOT LAP Project and consists of replacing the existing 616-foot bridge, reconstructing the roadway approaches, and providing pedestrian connectivity. The structurally deficient bridge has been closed to vehicular and pedestrian traffic for several years. The bridge is highly visible as you drive east on the Selmon Expressway, and it is a great opportunity to showcase KCA's diverse capabilities to Hillsborough County. The KCA Team is providing a PD&E study, final design plans, specification and construction phase support for this project. Seeking an accelerated design schedule, KCA will be guiding the County through the SWAT process. Role: Structures Engineer Tanglewood/Bayou Grande Bridge Replacement, City of St. Petersburg, FL. This project consists of the replacement of the existing Tanglewood Bridge servicing Bayou Grande Boulevard northeast overTanglewood Canal in Pinellas County, FL. The 67-year-old bridge has exceeded its expected service life and is experiencing ongoing deterioration. This bridge is posted for load restrictions due to its current condition. As a result, the City of St. Petersburg has slated this structure for Kisinger Campo & Associates, Corp. Structures Design replacement. Under KCA's Transportation, Stormwater Management, and Bridge Inspection Contract with the City, KCA will perform all structures, roadway, and drainage design for the project. Due to the bridge replacement taking place over navigable waters, environmental services and permitting efforts will also be completed in house, this may include seagrass surveys, USCG involvement, and public involvement. Role: Structures Engineer 1-4 Ultimate, FDOT District Five, Central FL. The $2.32 billion 1-4 Ultimate project includes reconstruction of 21 miles of 1-4 from Kirkman Road to SR 434, reconstructing 15 major interchanges, constructing more than 140 bridges, adding four variable priced toll express lanes in the median, and completely rebuilding the general use lanes along the corridor. The project is being procured by FDOT as a public -private partnership (P3).The project involves widening 1-4 to the ultimate lane configuration of eight general use lanes and four managed lanes, as well as interchange improvements and replacing overpass bridges throughout the corridor. KCA's responsibilities include peer review for design of the major bridges. The P3's concession agreement sets the concessionaire's responsibility to design, build, finance, operate, and maintain the facility for 40 years. Under this procurement method, large, complex projects can be combined and accelerated, advancing the benefits of the project to the public sooner than traditional methods. Role: Structures Engineer SR 80 from Dalton Lane Indian Hills Drive, FDOT District One, Hendry County, FL. This project consists of reconstructing the existing rural, undivided two-lane SR 80 typical section into a rural, four -lane divided highway. The westbound lanes will be constructed by milling and overlaying the existing roadway. The proposed eastbound lanes will be constructed to the south of the existing roadway allowing for a 64-foot median. This reconstruction requires the replacement of the existing box culvert over the C-2 Canal with two new flat slab bridges that service both the eastbound and westbound traffic along with new parallel structures over the C-3 and C-4 Canals. Both of these structures are also comprised of flat slab superstructures founded on pile bents. Role: Structures Designer 1-75 at US 301 Interchange, Manatee County, FDOT District One. This project consists of widening a six - lane interstate to eight lanes and major modifications to the interchange. The project length is four miles. The interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right of way. Role: Structures Designer Districtwide Load Ratings, FDOT District One. The intent of this contract was to provide up-to-date thorough load ratings for existing locally and state owned bridges in Southwest Florida. Over 400 bridge load ratings were executed during the contract. Plans were not available for approximately half of the structures so KCA's expertise and experience with Florida bridges proved important. Decisions were made based on historical FDOT structures standards, related bridges, and familiarity with historical FDOT practices. Time constraints were of importance in executing tasks due to rigid FDOT deadlines. Role: Structures Designer Garrison Bight Bridge Repair, Monroe County, FL. KCA is providing engineering design and permitting services for the Garrison Bight Bridge Repair project. The bridge, a 177-foot-long prestressed concrete bridge, was constructed in 1965 and serves as one of the main commuting routes into the City of Key West.This FDOT Local Agency Program (LAP) project consists of concrete spall repair on the deck, railings, beams, bent caps and seawall, pile jacket installation, substructure metalizing, deck sealing, expansion joint repair, and fender system repair. In addition, the road base and asphalt will be repaired on approximately 1,700 feet of approach roadway. The KCA team will provide structures and roadway design; bridge inspection; environmental/ permitting; surveying/mapping and SUE; and geotechnical services. Role: Structures Designer SR 56 Extension from Meadow Pointe Boulevard to US 301 Design -Build, FDOT District Seven, Pasco County, FL. Cone & Graham Inc. (C&G) in association with KCA was selected by FDOT District Seven to provide all aspects of the creation of the SR 56 Extension from Meadow Pointe Boulevard to US 301 in Pasco County (including providing the right-of-way, PD&E re-evaluation, permitting, utility coordination and relocation, design, drainage, and construction). KCA will design the four - lane divided typical section compatible with the ultimate six -lane section and centered in a 250-foot right-of-way corridor. All ponds will be designed and constructed to accommodate the ultimate six -lane typical section with frontage roads. The project also includes three new signalized intersections at Meadow Pointe Boulevard, Morris Bridge Road, and US 301. Role: Structures Engineer Kisinger Campo & Associates, Corp. • Structures Design Education • MS, Geology, University of South Florida, 1995 • BSCE, University of South Florida, 1993 • BS, Geology, University of South Florida, 1993 Registrations/Certifications • Professional Engineer: Florida, 55333; Georgia, 32515 Affiliations • Florida Institute of Consulting Engineers (FICE), Corporation • American Society of Civil Engineers, 298555 • Society of Women Engineers Software • HY-8, AdICPR, HEC-RAS, ASAD, PONDS, and CSLE Areas of Specialization Stormwater Pond Design • Stormsewer System Design • Pond Siting Reports • Bridge Hydraulic Reports • Crossdrains • Scour Evaluations • Permitting Project Experience Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Drainage Design Project Manager Big Bend Road Box Culvert Replacement, FDOT District Seven, Hillsborough County, FL. Under our FDOT District Seven Miscellaneous Design Services contract, KCA designed a box culvert replacement on Big Bend Road from East of Dickman Road to West of Wyandotte Road in Hillsborough County.This project involved replacement of Bridge No. 100270, a three -cell concrete culvert (8-foot by 7-foot) with straight wing Ms. Spieler has 24 years of extensive experience in stormwater design and permitting. She has an extensive background in geology and civil engineering, with considerable knowledge of both surface and groundwater flow systems. She has performed stormwater design and permitting for various municipalities, private clients, and the Florida Department of Transportation (FDOT). Ms. Spieler has completed Pond Siting Reports, Bridge Hydraulic Reports, scour evaluations, and designed stormsewer systems and pond sites. She is familiar with FDOT requirements and has completed several electronic plan submittals. Her expertise includes coordinating with permitting agencies such as the Environmental Protection Commission of Hillsborough County, U.S. Coast Guard (USCG), Southwest Florida Water Management District (SWFWMD), South Florida Water Management District (SFWMD), St. Johns River Water Management District (SJRWMD), Tampa Port Authority, and U.S. Army Corps of Engineers (USACE). walls. CR 672/Big Bend Road, a two-lane, undivided roadway with 23 feet of pavement, paved shoulders, and ditch, is a low -volume urban facility active off the SHS. KCA provided structures design, traffic analysis/design, roadway design, and drainage design services for this project. Role: Senior Drainage Engineer McGregor Boulevard Drainage Improvements, FDOT District One, Lee County, FL. As a Districtwide Drainage Consultant for FDOT District One, KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services Role: Senior Drainage Engineer SR 70 from Lorraine Road to CR 675/Waterbury Road SWAT, FDOT District One, Manatee County, FL. Development of this project will use the new FDOT SWAT process, which will reduce duplicative efforts between PD&E and design. This project involves providing PD&E and design services for SR 70 from Lorraine Road to CR 675 (Waterbury Road) in Manatee County. This project's purpose is to increase capacity and improve safety on Kisinger Campo & Associates, Corp. Drainage Design SR 70, which is a two-lane undivided roadway classified as an urban principal arterial -other from Lorraine Road to mile post 10.439 and rural principal arterial -other eastward to beyond CR 675. KCA will design two four -lane typical sections within the corridor. A suburban section from Lorraine Road to Del Webb Boulevard, and a rural section from Del Webb Boulevard to CR 675. A Level 1 roundabout screening will be performed to determine if roundabouts are viable. The KCA team will provide PD&E/NEPA, roadway and structures design, drainage/ permitting, environmental, S&PM/traffic/signalization, TTC, public involvement, utility coordination/SUE, geotechnical/contamination, noise analysis, surveying, and right-of-way mapping services. Role: Drainage Engineer -of -Record (EOR) CR 630 Box Culvert Replacement, Polk County, FL. KCA designed the replacement of a 5-foot by 8-foot concrete box culvert at CR 630 just east of Monk Road intersection in Polk County, Florida. The existing box culvert was replaced with a new culvert that is approximately 10 feet longer on both the north and south sides so that standard headwall and wingwalls could be used instead of a special design. CR 630 is an east -west collector in south central Polk County that extends from US 27 to US 17. This project involved drainage analysis and improvements, permitting, roadway design, and utility coordination. Role: Senior Drainage Engineer Lemon Street Drainage Improvements, FDOT District Seven, Hillsborough County, FL. This project is located between Lemon Street and State Street from east of SR 93 (1-275) to west of SR 600 (Dale Mabry Highway) in Hillsborough County.The 2,000-linear-foot outfall ditch was re -graded and permanent concrete matting was installed to prevent future side slope erosion. The project is located between businesses and residential houses with a limited FDOT right-of-way. Coordination and relocation was conducted with several utility agencies and their facilities, along with the City of Tampa water and sewer department. Permitting was through SWFWMD and USACE. Role: Project Manager responsible for overall project coordination and drainage design Gornto Lake Road Extension PD&E Study, Hillsborough County, FL. This project includes a PD&E study and final design services of a 0.7-mile extension of Gornto Lake Road from its existing terminus south of SR 60 southward to the existing intersection with Town Center Boulevard. The corridor has several challenges, including a wetland on one side and a cemetery on the other side. Pond siting was critical because of floodplain compensation requirements. Role: QC Cherokee Drainage Study, Pinellas County, FL. This project included a master drainage study to investigate and determine the best solution to residential flooding for Oaklawn, Myrtle and Cherokee Drive in Pinellas County. Flooding Investigation included a field review during a rain event. The study looked at three alternatives to solve the residential flooding and included cost estimates for construction. The study results and recommended alternatives were presented to Pinellas County for discussion. Role: Project Manager/Drainage Design Engineer responsible for supervision of the master drainage study and presentation of the drainage study to the County Auburndale Flea Market Drainage Complaint, FDOT District One, Polk County, FL. A Task Work Order (TWO) under our FDOT District One Districtwide (D/W) drainage contract, KCA was tasked to complete a flooding complaint investigation. This project consisted of investigating the frequent flooding of driveways and parking lots that occurs along SR 600 (US 92) from east of Polk Parkway to in front of the International Market World Flea Market in Auburndale. An ICPR model was used to model the existing and proposed conditions. ICPR was chosen to model the capacity and storage of the roadside ditches to ensure no adverse impacts. Three different storm events: 2.33-year/24- hour (Mean Annual), 10-year/24-hour, and 25-year/24- hour storm events were used to model the project location. Five alternatives were considered with each providing relief to roadside ditches and reducing or preventing overtopping onto adjacent properties. The preferred alternative was to provide a connection on the north side of US 92 from the existing ditch to a borrow pit located west of International Market World Flea Market along with replacing and upsizing existing drainage along US 92. Role: Drainage Task Manager SR 70 from Jefferson Avenue to CR 29 PD&E Study, FDOT District One, Highlands County, FL. This project involved development of the NEPA document and support documents for the widening of an approximately 7.5-mile section of SR 70 in Highlands County. Project alternatives includes the widening of the existing roadway from two to four lands, as well as operational improvements to the two lane section. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and review agencies. Key issues include impacts to multiple federal and state protected species, public lands (4(f) properties), private research facilities, and extensive utilities. Environmental documents developed for the project included wetlands, protected species, hazardous materials, drainage, noise and archaeological/historical reports, as well as the NEPA document developed for FHWA and FDOT. Role: Drainage FOR Kisinger Campo & Associates, Corp. Drainage Design Education • BSCE, Purdue University, 2002 Registrations/Certifications • Professional Engineer: Florida, 66524; NC, 043606 Professional Affiliations • Florida Institute of Consulting Engineers (FICE) Areas of Specialization Stormwater Design • Roadway Storm Sewer Systems • Pond Siting Analysis • Stormwater Management Facilities • Floodplain Compensation Sites • Culverts • Bridge Scour Analysis • Permitting Project Experience McGregor Boulevard Drainage Improvements, FDOT District One, Lee County, FL. As a Districtwide Drainage Consultant for FDOT District One, KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services Role: Drainage Engineer Vanderbilt Drive Bridge Replacements, Collier County, FL. KCA was selected by Collier County for the Vanderbilt Drive Bridge Replacements project to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements include a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project begins approximately 0.7 miles north of CR 846 and ends at the south approach to the bridge over the Cocohatchee River. The new bridges will consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous Mr. Sprunger has 17 years of experience in stormwater design and currently holds the position of Drainage Department Manager at KCA. He has designed and modeled several roadway stormsewer systems in compliance with FDOT and various municipality design criteria. Mr. Sprunger has also completed pond siting analysis and designed numerous stormwater management facilities and floodplain compensation sites. He has also completed various culvert designs which included channel modeling and bridge scour analysis. Mr. Sprunger has coordinated extensively with various Florida water management districts and environmental regulatory agencies to obtain construction permits. service is critical. KCA will provide roadway and structural design, pavement design, traffic control plans, signing and pavement marking, utility relocation design, utility coordination, drainage, and environmental permitting services. Role: Drainage Engineer Districtwide Drainage Contract, FDOT District One, FL. KCA is providing districtwide drainage - related engineering tasks to FDOT District One under this contract. Services will include drainage maps; location hydraulic reports; stormwater analysis for the design of French drains, cross drains, ditches, storm sewers, retention/detention facilities, and stormwater management systems; Pond Siting Reports; permitting; Stormwater treatment and attenuation; Bridge Hydraulic Reports; and FEMA "No -Rise" Certifications. Role: Drainage Engineer -of -Record (EOR) for several task orders under this contract; Stormwater Design Engineer, reviewed multiple sets of plans and documents for the Department CR 630 Box Culvert Replacement, Polk County, FL. KCA designed the replacement of a 5-foot by 8-foot concrete box culvert at CR 630just east of Monk Road intersection in Polk County, Florida. The existing box culvert was replaced with a new culvert that is approximately 10 feet longer on both the north and south sides so that standard headwall and wingwalls could be used instead of a special design. CR 630 is an east -west collector in south central Polk County that extends from US 27 to US 17. This project involved drainage analysis and improvements, permitting, roadway design, and utility coordination. Role: Drainage Engineer Kisinger Campo & Associates, Corp. • Drainage Design Gornto Lake Road Extension, Hillsborough County, FL. This project includes a project development and environment (PD&E) study and final design services of a 0.7-mile extension of Gornto Lake Road from its existing terminus south of SR 60 southward to the existing intersection with Town Center Boulevard. The corridor had several challenges,including a wetland on one side and cemetery on the other side. Pond siting was critical because of floodplain compensation requirements. Role: Stormwater Design Engineer who designed and permitted the stormsewer system. CR 54 (Wesley Chapel Boulevard) from north of SR 56 to north of Magnolia Boulevard, Pasco County, FL. This project will widen CR 54 from a two-lane undivided rural roadway to a six -lane divided urban section from approximately 0.5 mile north of SR 56 to 640 feet north of Magnolia Boulevard. The length of the project is 3.1 miles. Three intersections will be signalized including signalization interconnect. The box culvert at Cabbage Swamp will be replaced with bridge structures to improve hydraulics and provide a dry shelf wildlife crossing. In addition to roadway and structure design, services include right-of-way and topographic survey, title search reports, right-of-way maps, project drainage design, stormwater treatment and retention, environmental mitigation design, environmental permitting, utility coordination, and soils investigation in support of roadway plans with signing and pavement marking, and signalization components. Role: Stormwater Design Engineer Old Coachman over Alligator Creek - Bridge No. 154252, Pinellas County, FL. Under Pinellas County's General Engineering Services contract, KCA performed phased bridge reports I and II for this assignment, which included the addition of a retaining wall adjacent to an existing bridge. Project challenges included restricted right-of-way and existing utilities that had to be incorporated into the wall. Services performed include survey, SUE, geotechnical, a preliminary road/bridge design, permit applications, and a FEMA FIRM Map adjustment, as well as addressing floodplain issues and adjusting FEMA maps with permits. A two-phase design replacement proposal was also created in August 2013. Role: Stormwater Engineer Park Street Bridge Replacement, Pinellas County, FL. KCA designed the replacement of the existing 8-foot single -barrel box culvert (Bridge #BR006) at Park Street over Creek 9 with a double 6-foot by 10- foot box culvert. The existing roadway (Park Street) consists of two 12-foot northbound and two 12-foot southbound travel lanes with no median. As part of the bridge replacement, the existing roadway will be reconstructed and restriped. Drainage improvements that are incidental to the culvert reconstruction include the replacement of two existing curb inlets and construction of two new curb inlets to minimize the stormwater spread on Park Street. To improve the structure to current safety design standards, concrete sidewalks were included on the east and west sides of the new bridge structure. The project will also require replacement of 34.5 feet of existing seawall and 592 square feet of new rip -rap at the outfall of Creek 9 to Boca Ciega Bay. Role: Stormwater Design Engineer 1-75 at US 301 Interchange, FDOT District One, Manatee County, FL. This project consists of widening a six -lane interstate to eight lanes and major modifications to the interchange. The project length is 4 miles and interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right-of-way. A final Pond Siting Report has been approved and design is ongoing. Role: Stormwater Design Engineer US 17 from CR 764 South to Desoto County Line Reconstruction, FDOT District One, Charlotte County, FL. This design -build project, located in Charlotte County north of Punta Gorda, involved the reconstruction of a two-lane urban facility to a four -lane facility to accommodate widening to the median to a six -lane ultimate section. The southern two miles was constructed to a suburban section with a curb and gutter on the outside. The northern 2.5 miles was constructed to a rural section. Three new bridges were designed and constructed next to the existing structures that were modified and upgraded. Environmental and drainage issues included gopher tortoises, scrub jays, FEMA no -rise certification, floodplain impacts, and wetland impacts. KCA was responsible for all aspects of the project including utility coordination with the owners, obtaining permits, lighting design, traffic control, signing and marking, structures, and CEI. Role: Stormwater Design Engineer Lemon Street Drainage Improvements, FDOT District Seven, Hillsborough County, FL. This project is located between Lemon Street and State Street from east of SR 93 (1-275) to west of SR 600 (Dale Mabry Highway) in Hillsborough County. The 2,000-linear-foot outfall ditch was re -graded and permanent concrete matting was installed to prevent future side slope erosion. The project is located between businesses and residential houses with a limited FDOT right-of-way. Coordination and relocation was conducted with several utility agencies and their facilities, along with the City of Tampa water and sewer department. Permitting was through SWFWMD and USACE. Role: Stormwater Engineer Kisinger Campo & Associates, Corp. 0 Drainage Design Education • Ph.D., Civil Engineering, Oregon State University, 2017 • M.S., Infrastructure Planning, University of Stuttgart, 2014 • B.S., Civil Engineering, University of Asmara, 2007 Registrations/Certifications • Professional Engineer: Florida, 87512 • Advanced Civil 3-D (certification) Affiliations • American Society of Civil Engineers (ASCE) • Institute of Transportation Engineers (ITE) • American Statistical Association (ASA) • (FSUTMS Model Task Force) Member of the Model Advancement Committee Areas of Specialization Traffic Impact Studies • Traffic Signal Coordination • CAVTechnology • Coridor Planning Studies Project Experience Manatee County Government - Public Works, Manatee County, FL. Role: Transportation Engineer/Planner, responsible for traffic design and operational analysis for capital improvement projects, long range travel demand modeling, multi -modal transportation studies, GIS and data analytics. Some of the types of projects he worked on included: Traffic Design and Operational Analysis for Capital Improvement Projects. Dr. Wahid conducted traffic analysis for intersection design for facilities in the CIP; determined peak hour traffic volumes for intersections within the study area; forecasted directional distribution to establish turning movement counts at desired intersections; developed Synchro and HCM models to analyze traffic operations at intersections impacted by development. He also conducted traffic operation analysis in Synchro to verify Manatee County LOS standards were met, recommended roadway cross sections, lane configurations, and traffic control device improvements. Travel Demand Modeling, Manatee County. Dr. Wahid updated and maintained county -wide FSUTMS travel demand model to account for existing and committed roadway networks; updated socio-economic data for TAZs with approved DRIB and large-scale developments and LRTP; conducted select zone analysis for approved DRIB to track LOS of county -wide thoroughfare network. He also analyzed travel demand for traffic volume forecast for capital improvement projects such as Fort Hamer Road extension and Moccasin Wallow Road expansion, Manatee County, FL. Dr. Wahid has over five years of experience in traffic engineering and transportation planning. Having served as Project Engineer, Traffic Engineer and Multimodal Transportation Planner, he can provide holistic and integrated solutions to transportation challenges. He has expertise in traffic operational analysis, multi -resolution transportation modeling, safety studies, big data analytics and visualization, performance based transportation planning and GIS based analysis (such as accessibility, network performance and spatial analysis). He is proficient in SYNCHRO/SimTraffic, SIDRA, ArcGIS/ArcGIS Pro, Cube (FSUTMS), VISSIM, VISUM, TransCAD and TransModeler. Dr. Wahid is an experienced programmer in Python, R, Cube Scripting and other programming languages. He recently joined KCA and serves as aTraffic Engineer in KCA'sTraffic Department. Traffic study review and annual monitoring for developments of regional impact (DRI). Dr. Wahid prepared and attended pre -application meeting to assist applicants/engineers of record with information regarding the transportation section of their project and address any concerns prior to the applicant's submittal of plans; reviewed large scale traffic impact analysis studies for planned developments and DRIB; provided timely and clear review comments to clients to expedite project approval. He also assisted clients with necessary information, guidance and materials to facilitate project delivery and approval. Manatee County's Mobility and Active Transportation Studies. Dr. Wahid reviewed and managed mobility and performance measures project with external consultants, ensuring product quality meets Manatee County standards resulting in a novel framework for project prioritization and selection. He led data -driven planning study on Manatee County's pedestrian, bicycle and trail strategy; took part and recommended safety mitigation measures in Road Safety Audits team with Sarasota - Manatee MPO for SR 70 from US 41 to 15t' Street East, Bradenton, FL. Peer reviewed active transportation plan for the Sarasota -Manatee MPO, and developed RFP and acted as project liaison and data support for Manatee County's Impact Fee update and Mobility Plan. GIS Analysis, Visualization and Data Analysis. Dr. Wahid developed county -wide GIS-based database for accessibility analysis, centralized and fused data pertinent to non -motorized mobility as a base for Kisinger Campo & Associates, Corp. Traffic/S&PM integrated planning resource. He created python based geo-processing models to automate selection and prioritization of background improvements for capital improvement programming; mapped Manatee County's concurrency reservation background improvements for CIP projects; introduced data -driven planning as a paradigm to comprehensive transportation planning; analyzed school accessibility using network analyst to assess the safety of routes to school; updated county thoroughfare network to reflect upcoming Comprehensive plan amendment, and prepared visualization for safe routes to school and information flyer in Tableau and PowerBl. Kisinger Campo & Associates, Corp. Traffic/5&PM Experience • 46 years Education • B.S., University of New York at Buffalo Registration • Professional Engineer: Florida 41688 Certifications: TIN W526699521700 • CTQP QC Manager • FDEP Qualified Stormwater Management Inspector, 26887 • Florida General Contractor: GC C056872 • Florida Underground Contractor CU C056708 • LEED Accredited Professional • FDOT Maintenance of Traffic (MOT) Advanced • Nuclear Gauge Safety • Hazardous Material Refresher • FDOT Critical Structures Self Study • 2012 FDOT Construction Academy • 2013 FDOT Design -Build Workshop Project Experience Turner Avenue at Roan/Gibson Street Intersection Improvement Construction Services LAP Project (FP# 435014-1-58-01) DeSoto County, Desoto County, FL. This LAP funded project widened Gibson Street, Turner Avenue north and south of the intersection, stabilized the shoulders, and replaced the span wire suspended signals with signal masts (2) and signal arms (4), as well as pedestrian crossings and ADA compliant crosswalks and sidewalks; document and density test all earthwork involved in widening and one drainage improvement; inspect and document drilled shaft foundations, test plastic properties of structural concrete for drilled shafts; report the placement of asphalt as subgrade and as base course as well as structural asphalt and friction course asphalt. Construction Cost: $934,183 Contact: Michael Giardullo, P.E., DeSoto County Engineer, 941.916.8073 Role: Senior Project Engineer/ Senior Project Administrator (June 2019 to Present) Veronica Shoemaker Boulevard at Colonial Boulevard (SR 884) Intersection Improvements, City of Ft. Myers, Ft. Myers, FL. This is a LAP project for the City of Ft. Myers that includes an intersection improvement from north of Executive Circle to Colonial Boulevard. This project consists of signal improvements including new signal heads,pedestrian signal relocation, and pull box relocation. As an alternate in the scope of work, a left turn and right turn southbound lanes at the intersection of Veronica Shoemaker Boulevard and Colonial Boulevard, widening of Veronica Shoemaker Boulevard (from Colonial Boulevard to Executive Circle) Mr. Wingard has 46 years of experience and provides construction services for highway and bridge construction projects and has extensive experience in all facets of construction engineering and management. Prior to joining KCCS in July 2011, Mr. Wingard served for 17 years as Deputy Department Director for Lee County Department of Transportation, where he managed approximately 300 staff from the operations, tolls, and traffic divisions. from an existing three -lane section will consist of two 11-foot travel lanes, a 12-foot dedicated left turn lane, and an 11-foot dedicated right turn lane, concrete median, Type F curb and gutter, and six-foot sidewalk. Contact: Allan Makau,PE, PSM 239.321.7464 Role: Senior Project Engineer (May 2018 to Present) Gunnery Road and 8th Street SW Miscellaneous Traffic Signal Design and Installation (GOY78; FIN#: 438373-1-58-01) LAP Project, Lee County DOT, Lee County, FL. LAP funded project which encompassed the construction of new mast arms (4) and signalization for the intersection of Gunnery and 8th Street. Work included adding turn lanes, miscellaneous storm drainage and mill and resurfacing of the intersection. Construction Cost: $838,780 Role: Senior Project Engineer/Senior Project Administrator (June 2018 to Present) CR 78 from Kell Mill Boulevard to Crescent Avenue SW (428105-1-68-01; RFQ No. 2017-03), Hendry County,FL. This is a LAP project for Hendry County that featured construction of a pedestrian sidewalk with minimal drainage improvements along with regrading slopes and ditches, signage, striping installation of guardrail and pedestrian picket railing. Cost: $312,051 Contact: Kelly A. O'Nan, Hendry County Engineering Department 863.612.4727 Role: Senior Project Engineer/ Project Administrator (October 2017 to May 2018) LAP Gateway Signs and Construction and Landscape Services, Site One: 769 at Charlotte County Line (FIN#430117-1-58-01), Site Two: US Hwy 17 at Charlotte County Line (FIN#429839-1-58-01), DeSoto County, FL. This project is to install gateway entrance signs at two locations, includes construction and landscape for DeSoto County. This is a LAP project under FDOT and managed by DeSoto County. Cost: $174,000 Contact: Michael Giardullo, Public Works Director, DeSoto County, 941.916.8073 Role: Senior Project Engineer/Senior Project Administrator (January 2016 to September 2016) KCCS, Inc. • Constructability Review McGregor Boulevard, FDOT District One and City of Ft. Myers, Fort Myers, FL. This is a LAP project for the City of Ft. Myers with FDOT and federal funds with full federal oversight. This project consists of improvements along a two-mile stretch of McGregor Boulevard (from Colonial Boulevard to Poinciana Avenue) including asphalt paving, striping, removal and replacement of mailboxes, removal and replacement of much of the existing storm sewer system, removal/relocation/ replacement of existing landscaping, including four landscape median islands and Royal Palm trees, reconstruction of existing sidewalks, driveways, and replacement of brick pavers at various crosswalks. Construction Contract: $5.4 million; Contact: Nicole Monahan, PE, City of Ft. Myers, 239.841.4051 Role: Project Administrator (February 2017 to July 2018) Fort Denaud Road Improvements SCOP-SCRAP Project (ITB 2019-05; FIN#:436652-1-54-01/02), Hendry County, Hendry County, FL. Project entailed cold -in place mixed, full depth reclamation and resurfacing and included some utility work, such as new storm drainage pipe and structures and relocation of a number of major irrigation crossings. Contact: Kelly A. O'Nan, El, Hendry County Engineering Department, 863. 612.4727 Role: Senior Project Engineer/Senior Project Administrator (March 2019 to Present) SCOP/SCRAP Projects: NE Masters Avenue Improvements (431889-1-54-01(SCRAP), SW Shores Avenue Improvements (436648-1-54-01(SSCOP), SW Fletcher Street Improvements (435060-1-54- 01(SCOP) and NW Windy Pine Avenue (436649-1-54- 01 (SCRAP). Provide CEI services for projects featured drainage improvements, shoulder widening and milling and resurfacing the roadways. Contact: Michael Giardullo, P.E., Desoto County Engineer, 941.916.8073 Role: Senior Project Engineer/Project Administrator (November 2017 to Present) Logan Boulevard Extension from Azalea Drive to Collier/Lee County Line (Collier County Project #33464) (FIN# 438268-1-58-01) FDOT District One, Collier County, FL. This is a TRIP funded project for Collier County that involves new roadway construction to extend Logan Boulevard, a two-lane divided facility. The improvement begins approximately 2.274 miles north of the existing intersection of Immokalee Road, at the existing Parklands Development entrance, and continues to the Lee/Collier County Line. A distance of approximately 1.3 miles. Project includes roadway, paving, some drainage work, and misc. landscaping. Cost: $ 4.4 million Contact: John Conti, Collier County TECM Project Manager, 239.253.0354 Role: Senior Project Engineer (January 2017 to January 2018) 10th Avenue and Cypress Street Improvements (SCOP/SCRAP, FPID#440364-1-54-01), City of Arcadia, Arcadia, FL. 10th and Cypress Mill/Resurface and Utility upgrades of two City roadways, including milling and resurfacing the roadways and all associated utility work (waterline, sanitary sewer and storm sewer). Contractor: A+ Environmental Contract Amount: $1.5 million Contact: Steve Underwood, Project Manager City of Arcadia, 863.990.0907 Role: Senior Project Engineer/ Senior Project Administrator (March 2019 to Present) College Parkway Signal Reconstruction (College Parkway and Winkler Road and College Parkway and South Pointe Boulevard), Lee County Public Works, Lee County, FL. College Parkway signal reconstruction includes the complete reconstruction of two traffic signals on College Parkway (South Pointe Blvd. and Winkler Rd.), drilled shafts, mast arm installations and signal placemnet are a few items that are being reconstructed. Extensive coordination with local utilities to find locations for the new drill shafts was required. The existing two span wire systems will be removed and replaced with Mast arms. ADA requirements are being implemented on the new sidewalk and crosswalks at the intersections. Cost: $738,915 Contact: Michael Padgett, Public Works Project Manager, 239.533.9500 Role: Senior Project Engineer (May 2018 to Present) LAP Miscellaneous Construction Gateway Signs, Desoto County, FL. This project to install gateway entrace signs, included landscaping at three primary locatons for Desoto County. This was a LAP project under FDOT and managed by Desoto County. Cost: $181,000. Contact: Michael Giardullo, Public Works Director, Desoto County, 941.916.8073 Role: Senior Project Engineer/Senior Project Administrator (April 2014 to October 2014) SR 758 from Siesta to Bond Place and SR 758 from US 41 to Dunn Drive (FIN# 431306-1-52-01, 431306-1- 56-02, 430855-1-52-01), FDOT District One, Sarasota, FL. The project is divided into three different sections: Section 1: SR 758 (South Osprey Avenue) between Siesta Drive and SR 45, is a two-lane urban roadway, two 11-foot travel lanes and an 11-foot center bi-directional turn lane. Section 2: SR 758 (Bee Ridge Road) between SR 45 and Bond Place, is a seven -lane section bound by curb and gutter and 7-foot sidewalks adjacent to the curb. Section 3 consists of work covered by a JPA with the City of Sarasota to replace water lines. SR 758 will be milled/resurfaced and include new thermoplastic striping the entire length from Siesta Drive to Dunn Drive (3.8 miles). Cost: $17 million Contact: Carl Harman, DI Sarasota Operations, 941.708.4431 Role: Senior Project Engineer (January 2016 to Present) KCCS, Inc. • Constructability Review Education • B.S., Civil Engineering, Florida Gulf Coast University, 2009 Registrations/Certifications • Professional Engineer: Florida, 78492 • FDOT Advanced Maintenance of Traffic (MOT) • FDEP Qualified Stormwater Management Inspector, 28687 Affiliations • Institute of Transportation Engineers (ITE) Areas of Specialization Roadway Design • Project Management/Coordination • Plans Review Project Experience Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. This project includes the survey and design of drainage improvements at three locations and extension of an ADA compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also include the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two (2) double -sided solar RRFB assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed.The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Role: Project Manager Burgundy Farms Road Roadway Improvements, Lee County, FL. KCA provided roadway design and CEI services for the improvements on Burgundy Farms Road. The existing roadway consisted of a shell/base/dirt surface. The road is approximately one mile in length. KCA designed the roadway geometric and pavement design to exceed Florida Green Book and County Land Development Code criteria. Based on existing conditions, significant effort was required to minimize the roadway profile and drainage impacts. This focus was especially important when obtaining exemption from Water Management Permitting and avoidance of environmental impacts. Role: Roadway and Drainage Engineer -of - Record (EOR) Ms. Wisdom has 11 years of experience in roadway and traffic design and her past experience included serving as the Roadway Design Lead where she was responsible for assisting in the planning, design, and production of engineering drawings. Ms. Wisdom has extensive experience coordinating with the South Florida Water Management District (SFWMD), Lee County utilities, FDOT, Florida Department of Environmental Protection (FDEP), Lee County Department of Health, City of Fort Myers, Lee County Utilities, and Lee County Community Development. Ms. Wisdom is also proficient in the following software MicroStation, ArcGIS, and MS Project. Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. This project involves conducting a PD&E Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, addressing safety for all road and water users including motorists, bicyclists, pedestrians, and marine vessels. KCA will conduct environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine right-of-way (R/W) impacts, and develop cost estimates. Additionally, KCA will evaluate traffic noise and noise walls as part of this study. After approval of the recommended alternative, KCA will provide the final design including the design of the bridge, roadway, drainage, and all permitting. Role: Roadway FOR Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82), Lee County, FL. This project includes design services and preparation of construction plans, permits and specifications for the widening of Ortiz Avenue from Colonial Boulevard (SR 884) to Dr. Martin Luther King Jr. Boulevard (SR 82). The existing 1.7-mile corridor consists of a two-lane undivided arterial roadway with shoulders and a 10-foot multi- use path located on the west side of the corridor. KCA is designing a four -lane facility. Based on a traffic study and analysis, accommodations for an ultimate six -lane facility will be considered, analyzed, and included where feasible. A multi -use path will remain on the west side of the roadway, and a 5-foot sidewalk will be proposed on the east side. On -street bicycle facilities will be provided on both sides of the roadway. The plans will include roadway transitions from the existing and/or planned roadway typical sections to the roadway typical sections approaching SR 884, SR 82 and the Hanson Street Kisinger Campo & Associates, Corp. Roadway Design/MOT roundabout. The scope of services also includes the design and preparation of construction plans, permits, and specifications for the relocation of existing Lee County Utilities. Role: Deputy Project Manager CR 835 Curve Safety Improvements, Hendry County, FL. This project provided curve safety improvements to increase safety and reduce crashes by implementing the recommendations that were identified in the Site Safety Analysis and Justification Report prepared for this project. The improvements are located along five curves on CR 835, in eastern Hendry County (Rogers Curve, Saunders Curve, Blumberg Curve, Jackman Curve, and Southern Division Curve). Design and preparation of a complete set of construction contract documents for curve safety improvements at the five locations is being provided. Specific improvements at the curve locations include enhanced warning signage, superelevation correction, upgraded pavement markings, ground -in rumble stripes at edgeline and centerline, addition of paved shoulders and guardrail installation for protection of canal hazards. Role: Project Manager 60th Avenue East from US 301 to Mendoza Road Improvements, Manatee County, FL. KCA is conducting a study to collect field and engineering data and analyze three build alternatives to for improvements along 60th Avenue East in Manatee County. The objective of this study is to evaluate widening and operational improvements to 60th Avenue East to improve overall traffic operations and provide a multi -modal facility accommodating bicyclists and pedestrians. In close proximity to the Ellenton Premium Outlets, this project (specifically from the intersection of US 301 at 60th Avenue East to Factory Shops Boulevard) is considered high importance and a priority for Manatee County. Improvements include widening 60th Avenue East to a six -lane section from US 301 to Factory Shop Boulevard and widening/reconstructing 60th Avenue from Factory Shop Boulevard to Mendoza Road to provide a two-lane or a four -lane section. The 60th Avenue East corridor from US 301 to Mendoza Road will include street lighting along with bicycle lanes, sidewalks, and/or a multi -use trail. KCA is providing traffic analysis, roadway alternatives development, drainage analysis, environmental impacts analysis, right-of-way (R/W) analysis, and cost estimates. The completion of these tasks will be summarized in a Preliminary Engineering Report, which will be presented to the Manatee County Board of County Commissioners along with a recommended alignment. Role: Roadway Engineer Municipal Service Tax Benefit Unit (MSTBU) Engineer - of -Record (EOR), Lee County, FL. Under Lee County's MSTBU Program, KCA serves as the FOR performing various services such as developing design alternatives; preparing environmental impact summaries; developing traffic data; preparing final plans and specifications, cost estimates, bid documents, contract documents, and governmental permit applications for the U.S. Army Corps of Engineers, Florida Department of Environmental Protection, South Florida Water Management District, and Lee County Department of Community Development; coordinating utility system adjustments; and providing construction administrative support services. KCA also attends public meetings with property owners and provides input into assessment roll preparation for all MSTBU projects including roads, bridges, drainage systems, water and sewer systems, canal and channel dredging projects, sidewalks, and any other projects which may be considered for construction. Role: Roadway Engineer Tropicaire Boulevard Shared -Use Path, City of North Port, FL. The KCA team was selected by the City of North Port to design its newTropicaire Boulevard Shared -Use Path project. The win signifies KCA's first -ever contract win with the City. The proposed 5-mile, 8-foot-wide paved asphalt shared -use path is expected to run adjacent to the south side of Tropicaire Boulevard from Toledo Blade Boulevard to Ponce De Leon Boulevard in North Port and will serve as an important principal east -west connector for the City's northern boundary. Tropicaire Blvd. is already used as a well -traveled vehicle, pedestrian, bicycle, and equestrian facility. KCA will team with the City to develop a separate and safer path option for North Port residents that will become a great addition to the community and the City's bike/pedestrian network. Led by Project Manager Alfredo Cely, PE, the KCA team will be tasked with performing design, environmental permitting, development of construction plans and specifications, construction cost and time estimating, and engineering services during construction. Role: Senior Roadway Engineer Kisinger Campo & Associates, Corp. Roadway Design/MOT Bob Potter, PSM �3 SUR Chief Surveyor— Sr. Project Surveyor EXPERIENCE 36 Years EDUCATION General Studies, Edison State College, Fort Myers, FL, 1993 HS Diploma, Cape Coral High School, Florida, 1981 REGISTRATIONS Professional Surveyor & Mapper, Florida #5688, 1997 Professional Surveyor, Mississippi #3118, 2009 Captain's License, USA, #235428, 2014 EMPLOYMENT HISTORY October 1999 — Present: AIM Engineering & Surveying, Inc. August 1983 — October 1999: Deni Associates, Inc. TRAINING Advanced GPS Planning & Computations Electronic Field Book, CAiCE Intermediate TTC Mean High Water Line Surveys Minimum Technical Standards NAVD '88 State Plane Coordinates Survey Law PROFESSIONAL PROFILE Mr. Potter's more than 36 years of professional experience includes project management, Global Positioning System (GPS), Subsurface Utility Engineering (SUE), hydrographic surveys, geodetic control surveys, pre -construction & post - construction surveys, design surveys, Right -of -Way (R/W) surveys, control maps, R/W maps, boundary surveys, R/W monumentation, and other types of survey work. Mr. Potter has many years of experience serving AIM in the capacity of supervisor of all surveying, mapping, and SUE operations and currently serves AIM as a Senior Project Manager. PROJECT EXPERIENCE Districtwide CEI Survey Support Contract, Charlotte, Collier, Desoto, Glades, Hardee, Hendry, Highlands, Lee, Manatee, Okeechobee, Polk, and Sarasota Counties, Florida — FDOT District One. For over 10 years, Mr. Potter worked as Survey Project Manager in the development of staff -hour estimates, project research, alignment calculations and field crew supervision of over 200 tasks. These tasks included the pre -construction and post construction check cross sections and the reestablishment of reliable benchmarks, alignment and GPS control. These assignments required a knowledge of construction surveying, right of way surveying, utility identification, topographic surveying, and quantity calculations throughout all counties in District 1. This contract was maintained and managed without any contractor claims or disputes of surveyed quantities. There were numerous instances when the department's best interests were protected as post construction survey identified deficiencies in the final pavement construction and cross slope, drainage outfall inverts, or earthwork. Some of the tasks that AIM has worked on include: SR 572 from US 92 to South Pipkin Road — This is a mapping project displaying existing right-of-way along an approximate five mile stretch of road in Polk County. SR 700 (US 98) from SR 35 (US 17) to SR 25 (US 27) — This is a maintained right-of-way mapping project along the approximate 15+ mile stretch of road in Polk County. PROFESSIONAL AFFILIATIONS SR 43 (US 301) from Erie Road to CR 675 (Rutland Road) — This American Association of Geodetic mapping project is a hybrid containing both AutoCAD and MicroStation elements. Surveying It consists of six ponds in Manatee County. American Congress on Surveying & SR 35 (US 17) from CR 634 (Sweetwater Road to 7th Avenue) — AIM Mapping performed a peer review of a 90% right-of-way map submittal by another Florida GPS Users Group consultant. The project length was 6.768 miles. Florida Surveying & Mapping Society District Wide Locate, Designate and Coordination Contract. Charlotte, Collier, Desoto, Glades, Hardee, Hendry, Highlands, Lee, Manatee, Okeechobee, Polk, and Sarasota Counties, Florida — FDOT District One. Mr. Potter serves as the Deputy Project Manager and is responsible for review of survey collection of SUE Level -A & Level-B data. Mr. Potter also assists in the production and manages the assembly of all SUE deliverables. Mr. Potter supervises the production staff, reviews the survey data from the field, and processed electronic survey data. The survey related tasks on this contract include establishing project survey control, right of way determination and 3D Bob Potter, PSM SUR Chief Surveyor— Sr. Project Surveyor topographic as well as the horizontal and vertical locations of all SUE data. Mr. Potter served as responsible surveyor in charge for the following tasks assigned under this contract: SR 37 from Eastway Dr. to Young PI. (Polk Co.) This innovative task included 4.1 miles of utility designates and 5 test holes. SR540 from S. DeCastro Rd. to Jim Keen Blvd. (Polk Co.)This innovative task included 4.1 miles of utility designates and 21 test holes. SR82 from Hendry/Collier line to Gator Slough Lane (Collier Co.)This innovative task included 3.1 miles of designates and 246 test holes. Many of the test holes were done to support deep bridge pile installation. SR451US41 from east of SR84 Davis Blvd. to Courthouse Shadows (Collier Co.) This innovative project included 11.6 miles of utility designates and 8 test holes. SR45/US41 from 92nd Ave N. to CR846 Immokalee Rd (Collier Co.) This project in a very congested area of Naples involved 143 test holes, and over 3 miles of designating. SR451US41 from 69th Ave W. to Cortez Rd. (Manatee Co.) This task involved over 10 miles of utility designates, and 423 test holes to support signal design, lighting, and various other design elements. Cortez Blvd. from SR684 to east of Independence Dr. (Manatee Co.) This task required 100 test holes and 2500' of utility designates. SR45/US41 from Carmalita St. to Marion Ave. (Charlotte Co.) This task required 4000' of utility designates, and 50 test holes. 15th Street from Tallevast Road to US 41, Manatee County, Florida — FDOT District One. Mr. Potter is Sr. Project Surveyor for the reconstruction of an existing two-lane rural roadway to a three -lane curb and gutter section along five miles of Manatee County roadway. The design includes five roundabouts, four signalized intersections, one bridge culvert, lighting, ITS, adherence to the Airport Authority regulations for ponds and lighting, as well as, extensive coordination with Manatee County. iROX/1-75 Design Build Widening Project from Golden Gate Parkway to Colonial Boulevard, Lee and Collier Counties, Florida — FDOT District One. Mr. Potter worked as Sr. Project Surveyor for this project that concluded eight months ahead of schedule and spanned approximately 30 miles of interstate expansion, 7 interchanges and 31 ponds. This project required the supervision of over 10 survey/SUE crews working for over three years on assignments ranging from construction staking for bridge piles, sound walls, drainage structures, guardrail, pavement and all earthwork. Also required was a SUE investigation on many high profile utilities crossing the interstate at the several interchanges and was completed without any impact to existing utilities. AIM was solely responsible for all surveying services. AIM's staff staked over 30,000 points using various methodologies, and played an integral role in the timely completion and success of this project. In addition, AIM was responsible for collecting all as - built data, and was closely involved in the project's close-out process. The survey team for this project included three project managers, seven survey crews, one administrative assistant, and three Computer -Aided Drafting (CAD) technicians. Mr. Potter has also successfully managed the following Districtwide Survey Contracts: D7 C8508: Surveying & Mapping D7 C91_02: Surveying & Mapping D7 C9799: Surveying & Mapping D1 C8Q08: Surveying & Mapping D1 C8Y65: Surveying & Mapping D5 C81V195: Surveying & Mapping Kris A. Cella Cella Molnar & Associates, Inc. Expertise Ms. Cella is uniquely qualified in developing and implementing very successful, comprehensive large-scale public involvement programs during planning, design and construction phases for infrastructure projects. Ms. Cella's expertise in conducting public involvement programs is successfully used to gain acceptance of new projects from affected individuals and special interest groups. Projects have ranged from new developments to facility expansion programs to large-scale transportation projects. 30+ Years of Experience Education B.A., Geography (emphasis in regional land development), University of Arizona, 1979 Key Proiects District Wide Public Involvement Consultant Design Section, Florida Department of Transportation, District One (FDOT D1) — Public Involvement Project Manager for design projects in District One. Major duties consisted of holding public information meetings and public hearings according to FDOT guidelines and state statutes. This included creating and mailing newsletters, drafting notifications for elected officials and local agencies, generating project mailing lists and producing and publishing legal display and Florida Administrative Register advertisements. Other duties included creating project graphics and project PowerPoint presentations. The team was also responsible for identifying stakeholders and communicating with the public, local governments and media for these design projects. Sarasota/Barrier Island Traffic Study, FDOT D1, Sarasota and Manatee Counties, Florida — Public Involvement Task Manager for the study that examined the feasibility of improving the overall transportation infrastructure, including traffic operations and circulation, on the Sarasota/Manatee Barrier Islands as well as island -to -mainland connections. To ensure a comprehensive approach, this study evaluated a variety of elements including; travel patterns of users on the islands, trips on and off the islands, destination points, existing transit service, existing parking facilities, bicycle/pedestrian facilities and needs, and land development codes. The Public Involvement Program included stakeholder interviews, a steering committee, speakers bureau, and public workshops. Central Manatee Network Alternatives Analysis (CMNAA), FDOT D1, Manatee County, Florida — Public Involvement Manager for this study that identified and programmed a series of transportation projects that improve both local and regional mobility for all users while supporting the long-term multi -modal vision for the communities of Bradenton and Palmetto. The recommendations of this project provided study area residents safer and improved access to jobs, schools, shopping, and social services, and improved regional mobility for all users. The public outreach included stakeholder interviews, a technical coordinating group, elected officials briefings, and public workshops. The Public Involvement Program was conducted in English and Spanish. SR 82 Continuous Flow Intersection Community Awareness Campaign, Lee County Florida — Project Manager for this successful public outreach campaign that ensured the saturation of project information messaging to thousands of constituents with the travelling public being the target audience. The campaign, "Be In The Know on State Road 82 Continuous Flow Intersection", created a number of different multifaceted opportunities to capture a greater percentage of community interest and encourage visits to the project website, www.SR82FIow.com. CMA designed a campaign that utilized tools such as posters, 8' X 10' banners, radio advertisements, television advertisements, public service announcements, social media applications including a WAZE pop-up ad and travel applications. The campaign resulted in over 5,000 hits to the project website to view the "How to Drive a CFI" video. Kris Cella (cont.) SR 29 Project Development and Environment Study, FDOT D1, Collier County, Florida — Task manager for the Public Involvement Program for SR 29 in Immokalee in Collier County. This project included a stakeholder's task force, involving representatives from all areas of the community. Several public workshops including an alternatives public workshop and a public hearing were part of the project. Responsibilities included newsletter preparation and distribution (English and Spanish), legal advertisements, coordination with local media, groups and agencies and meeting setup and facilitation. 15th Street East1301 Boulevard Project Development & Environment Study, FDOT D1, Manatee County, Florida - Public Involvement Manager for this 4.7-mile-long PD&E study in Manatee County. The project involved evaluating design concepts for roadway improvements and alternative alignments for widening existing 15th Street East from two lanes to three lanes. The study included considerations for bicycle lanes, sidewalks, bus stop improvements, and street lighting. Public information meetings and business meetings were held to provide project information, discuss proposed improvements, and receive input and ideas on the project. Deliverables included bilingual (English and Spanish) newsletters, meeting materials, legal ads in both English and Spanish, project graphics, and a 24-hour telephone hotline. 81h Avenue West Pedestrian Safety Improvements from 141h Street West to 9rh Street West, FDOT D1, Bradenton, Florida - Public Involvement Manager for this design project to install pedestrian medians and crosswalks. Public involvement duties included a public hearing and all required notifications including legal display advertisement, advertisement in the Florida Administrative Register and a flyer invite to property owners. Public hearing tasks also included securing of a meeting facility and court reporter, drafting of a media release, creation of a hearing slideshow and handout, as well as all hearing collaterals. Duties also included drafting public and elected official notification letters and compiling mailing lists for the project. US 41 Project Development and Environment Study, FDOT D1, Collier County, Florida — Task manager for the Public Involvement Program for the Florida Department of Transportation's study to widen US 41 from CR 951/Collier Boulevard to CR 92/San Marco Road in Collier County. Responsibilities included coordinating all aspects of the Public Involvement Program including newsletters, workshops and a public hearing. US 41 from Corkscrew Road to San Carlos Boulevard 41, FDOT D1, Lee County, Florida — Public Information Officer for the State of Florida Department of Transportation's six-laning project. Duties include addressing the public's issues and concerns throughout the construction process. A public information workshop was held at the onset of the project to inform the public about the construction phasing. Notification newsletters were prepared for distribution to the affected property owners and tenants along the corridor. US 41 and Cortez Road Intersection Improvement Project, FDOT D1, Bradenton, Florida — Public Information Officer for the Community Awareness Program for this intersection improvement project. Crews reconstructed corners of the intersection with new curb, handicap crosswalk ramps, and striping for new crosswalks. The contractor also replaced existing traffic and pedestrian signals. Community awareness duties included coordination with area residents, businesses, media and local government agencies affected by the reconstruction. Community Awareness Program conducted for the Florida Department of Transportation, District One. Cape Haze Drive Bridge Replacement at Amberjack Cove, FDOT D1, Charlotte County, Florida — Public Information Officer for the Community Awareness Program for this bridge replacement project on Cape Haze Drive, replacing the structurally deficient bridge with a new bridge which includes new pedestrian facilities on both sides. Community awareness duties included a public information workshop and coordination with area residents, businesses, media and local government agencies affected by the full road closure to replace the bridge. SR 739 (Evans Avenue), FDOT D1, Fort Myers, Florida - Project Director for Community Awareness Program for the reconstruction and widening of Evans Avenue from Hanson Street to Martin Luther King Jr. Boulevard. In addition to the roadway widening, this project includes installation of new water lines. Activities include close coordination with the Florida Department of Transportation, Lee County Utilities and the City of Fort Myers Utilities during construction for roadway closures, maintenance of traffic, media coordination, and water shut-off and boil water notifications. DBE Certified Company www.cella.cc C Cot Tab 2. CERTIFIED MINORITY BUSINESS ENTERPRISE � •K.si;7 �a•r� y 4 r•, _ ��4,- .G'r Imo. FOLLOW{ U5 ON TWJTTER AT FIND US ON FACE600K AT C{PSLHS I<CA KISINGER CAMPO & ASSOCIATES Tab 2 Certified Minority Business Enterprise his section highlights KCA's commitment to using small and minority businesses on its project teams and reflects our commitment to internal diversity as well as our commitment to utilization of Florida woman or minority -owned business enterprises (W/ MBE) and disadvantaged business enterprises (DBE). KCA recruits and promotes on an equal basis, regardless of race, color, religion, sex, sexual orientation, national origin, age, marital status, handicap/disability, or veteran status. KCXs corporate policy on equal employment opportunity and affirmative action is considered fundamental to the operation. KCA has an established corporate philosophy which promotes fair and equitable consideration and utilization of small and minority -owned subcontractors, suppliers, or vendors, in support of all of our company programs. As of January 2020, at KCA: ►► Women make up 20% of total workforce ►► Minorities account for 17% of total workforce As further proof of KCA's commitment to diversity, of the 24 team members proposed for this project,12 are women and minorities (50% of the team). Co er County KCA's dedication to MBE/DBE utilization was recognized by FDOT with the Florida Institute of Consultant Engineers award for highest DBE usage. KCA received a commendation letter from FDOT for achieving a 2015-2016 DBE utilization grade of A+ for 18.68% DBE participation. We have developed and continually promote company policy initiatives that demonstrate the company's support for awarding contracts and subcontracts to MBE businesses, including working with state programs that help develop opportunities to work with MBE businesses. Not only is KCA committed to the utilization of W/M/DBE firms, we are a certified MBE with the City of Tampa. KCA strives to build long-term relationships with MBE firms through our work in the engineering industry. We make every effort to meet or exceed established MBE usage goals on each project we undertake. In fact, one of our proposed subconsultants (CMA) is MBE -certified firms. See the following page for our team's MBE certificates. Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R MBE CERTIFICATES Minority and Small Business Development 1tirs is to mrr'y ron I. a_nta.m with Car, m ya.pa U.tlmance z W ae9 Kisinger Campo & Assoc., Corp./KCCS, Inc m hereby oors. as a Minority Business Enterprise (MBE) m tna bllmying scetmxylia:I Professional Engineering Services; Mapping & Surveyor Services; Environmental Services L�- This certification Is valld from September 24, 2028 to September 24, 2020 Updates for recertification are required prior to the expiration date listed above. If at any time changes are made in your firm that are not in concert with our eligibility requirements, you agree to report those changes to us for €u�sgfya44.Il telt�aertah,pa reserves the right to terminate this certification at anytime it determines eligibility requirements are notrdpgg2il8�nd smal business Development Woman Business Certification Cella Molnar & Associates, Inc. Is —if d—decthe 1—mi... d 28 i and 295 In-,. Flnrtda $tatupet, kr a prri,4 Gnm= 09/09/2019 '' 09/09/2021 . su ilawr:�tei �+sarama 5�am A{i1RAGE�fEN I �� t�o� uw-oow�eas xmul SERVICES �MY YrE KC7` I &IAISSEO A CRMES � •K.si:7 'A•.� y 4 r•, - `�4,-- .G'r Imo. FOLLOW{ U5 ON TWJTTER AT FIND US ON FACE600K AT C{PSLHS C Cot Tab 3. PAST PERFORMANCE I<CA KISINGER CAMPO & ASSOCIATES W Tab 3. Past Performance CA's drainage professional experience includes design and preparation of surface drainage plans, stormwater management, facility design, stormwater conveyance design, sediment and erosion control plans, drainage forensics, and permitting. Our staff utilizes the most current software to evaluate hydrologic and hydraulic conditions and develop accurate predictive models. KCA has designed stormwater management systems for many municipal, local government, and private clients. Our projects range from turn lanes and sidewalks to four -lane roadways with sidewalks and multi -lane, limited -access expressways on new alignment. KCA's experience with drainage improvements includes existing roadways and interchanges with stringent stormwater quality and quantity requirements. The KCA team has the necessary experience and expertise to deliver high -quality, cost-effective solutions to Collier County. We are approaching this contract as a three-way partnership between the County team, the Naples Manor community, and the KCA team. In addition to the projects listed on the following pages, our Deputy PM, Brian Rose, PE, has designed numerous other sidewalk and drainage projects during his professional experience. It has been said that a sidewalk project is a drainage project. That is the case for the sidewalk projects he has designed. Mercantile Avenue Stormwater Improvements (Collier County Project No. 60188-6). Before joining KCA, Mr. Rose designed the drainage conveyance for the Mercantile Avenue Stormwater Improvements, which consisted of drainage improvements for a 1-mile-long roadway that was experiencing flooding. The improvements consisted of regrading the swales and driveway culverts to drain properly to the stormwater management facility. This also included designing the swales and culverts to accept off -site runoff, have sufficient conveyance capacity, have sufficient cover over the culverts, longitudinal driveway slopes to meet criteria, mailbox placement, permitting, as well as accommodating utilities. This project is comparable to the Naples Manor project in that the project area is similar to the Mercantile area with roadside conveyance and numerous off -site properties that drained to the right-of- way (R/W). This project also included significant utility coordination for all the adjacent projects and mailbox locations. Coder County 23,d Street SW Sidewalk from Golden Gate Boulevard to the Golden Gate Main Canal in the Golden Gate Estates (Collier County Project No. 66066). Before joning KCA, Mr. Rose designed the sidewalk and drainage system for this project, which consisted of designing a 1-mile-long sidewalk along a rural two-lane roadway in Golden Gate Estates. The project also included traffic calming and speed tables. Because of the limited R/W and opposition to the project, R/W acquisition was not available. The sidewalk was located along the western side of the road and filled in the existing roadside swale. The stormwater conveyance system consisted of back of sidewalk inlets typically placed at property lines and between driveways. Typically, driveways are higher than the adjacent ground so they are natural drainage basin divides. Also, placing inlets near property lines will typically not impede the potential for future driveway connections. The sidewalk was designed utilizing pervious asphalt to reduce the water quality and water quantity requirements. The stormwater management system consisted of redesigning an existing stormwater management pond at the southeast corner of Golden Gate Boulevard and 23rd Street SW to accommodate the additional drainage. This project is similar to the Naples Manor project in that the project consisted of filling in a roadside swale for a sidewalk and accommodating drainage in a residential area. Also, the project design accommodated off -site runoff, utilities, mailboxes, and permitting. P LEVEL 1 _ 5' SWK. PERVIOUS ASPHALT SWK. PROFILE GRADE PT. Y-- TOP COURSE J CHOKER COURSE J RECHARGE BED BASE 1 i TYPE D-3 y_ `(FILTER FABRIC) - Pervious Asphalt Pavement Section White Boulevard from Weber Boulevard South to 251" Street SW Sidewalk, Collier County. Before joining KCA, Mr. Rose designed the sidewalk and drainage for this this project, which consisted of designing a sidewalk adjacent to the roadway in a rural residential area, which impacted the existing roadside swales. He designed the roadside swales and driveway culverts to match existing Solana Road Stormwater Improvements Design Services I RPS No.: 20-7678 KCA I & ASSER CAMPASSOCIATESS Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R swale capacity. Mr. Rose also designed the driveways to accommodate the new culverts, which included tie down as well as locating mailboxes. The project also included utility coordination and permitting. This project is similar to the Naples Manor project as this was a new sidewalk adjacent to a rural roadway section in a residential area. Both projects required redesigning the roadside swales and culverts as well as utility coordination and locating mailboxes. Littleton Road at US 41 Sidewalk, Safety, and Drainage Improvements, Lee County. Before joining KCA, Mr. Rose led this project, which consisted of sidewalk and safety improvements to the US 41 and Littleton Road intersection in North Ft. Myers. The existing R/W was at the edge of pavement and the proposed sidewalk improvements were outside of the County's R/W. The sidewalk improvements included filling in the large ditch on the north side of the road and piping the stormwater. For Lee County to make the improvements, the ditch needed to be owned by the County. Mr. Rose ordered a maintained R/W survey in which the top of the bank was surveyed and was able to incorporate the large ditch into County ownership. This project is similar to the Naples Manor project in which the proposed sidewalk improvements filled in the existing ditch and stormwater conveyance was designed to be maintained. Other notable Southwest Florida sidewalk and/or drainage study projects Mr. Rose worked on include: ►► Lake Trafford Road at SR 29 Sidewalk and Safety \ Project, Collier County ►► Golden Gate Design/Build (D/B) Phase 1, Collier County ►► 1-75 at Mile Marker 63 Rest Area, FDOT District One ►► Brookhill Community Sidewalk and Utility Improvements, City of Ft. Myers ►► Aqua Shores Community Sidewalk and Utility Improvements, City of Ft. Myers ►► Jacaranda Blvd Four -Lane New Roadway with Sidewalk D/B, City of Venice ►► Business 41 Widening from Two to Six Lanes in North Ft. Myers, FDOT District One The following projects are examples of KCA's relevant experience encompassing many of the disciplines listed in the County's RPS. KCA has a long list of clients that continue to select us as their consultant of choice. Our record of performance and professional accomplishments have developed through the years by providing a wide range of assignments with very few change orders. BIG BEND ROAD BOX CULVERT REPLACEMENT, FDOT DISTRICT SEVEN, HILLSBOROUGH COUNTY, FL Under our FDOT District Seven Miscellaneous Design Services contract, KCA designed a box culvert replacement on Big Bend Road from East of Dickman Road to West of Wyandotte Road in Hillsborough County. This project involved replacement of Bridge No.100270, a three -cell concrete culvert (8-foot by 7-foot) with straight wing walls. CR 672/Big Bend Road, a two-lane, undivided roadway with 23 feet of pavement, paved shoulders, and ditch, is a low - volume urban facility active off the SHS. KCA provided structures design, traffic analysis/design, roadway design, and drainage design services for this project. FDOT District Seven Tel: 813.975.6427 E: justin.hall@dot.state.fLus October 2016 to Ongoing Box culvert replacement I drainage design I traffic analysis I environmental/ permitting I same team members Fathy Abdalla, Ph.D., PE, PTOE; Brett French, PE; Patrick Mulhearn, PE; Tara Spieler, PE; Richard Harrison, PE; Ali Tayebnejad, PE; Sarah Wilson, PE McGREGOR BOULEVARD DRAINAGE IMPROVEMENTS, FDOT DISTRICT ONE, LEE COUNTY, FL KCA was tasked to prepare drainage improvement plans for SR 867 (McGregor Boulevard) from Dean Way to N. River Palm Court. This project included the design of ditch bottom inlets and a stormsewer system along McGregor Boulevard and Shaddelee Lane. In addition a new 42-inch outfall pipe was constructed into the Caloosahatchee River to supplement an existing 36-inch outfall pipe. This project included design, plans, specifications, cost estimates, review of bids, and permitting through the Water Management District and post -design services. FDOT District One Karina Della Sera, PE Tel: 863.519.2750 E: karina.dellasera@dot.state.fl.us January 2020 to March 2020 Local project I drainage improvements I same team members I drainage Relevancy studies I ICPR modeling I existing and proposed condition assessments I flooding investigations and analysis Erik Aadland, PE; Brett French, PE; Key Staff Thierry Ku, PE; Tara Spieler, PE; Richard Harrison, PE; Curt Sprunger, PE; Ali Tayebnejad, PE KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R VANDERBILT DRIVE BRIDGE REPLACEMENTS, COLLIER COUNTY, FL KCA was selected by Collier County to replace two functionally obsolete bridges located on Vanderbilt Drive and resurfacing/reconstructing the roadway between the two bridges. Additional improvements included a shared -use path along the west side of the road within the project limits, access to an existing canoe launch at Little Horse Pass, and roadway profile modifications to improve stopping sight distance at the intersection of Vanderbilt Drive and entrance into the Marina Bay Club condominiums. The project began approximately 0.7 miles north of CR 846 and ended at the south approach to the bridge over the Cocohatchee River. The new bridges consist of a four-sided box culvert and a multi -span flat slab bridge. Maintaining traffic during construction and relocating public utilities to enable continuous service was critical. KCA provided roadway and structural design, pavement design, traffic control plans, S&PM, utility relocation design, utility coordination, drainage, and environmental permitting services. Collier County Anthony Stolts, PE, PM Contact Info Tell: 239.252.5835 E: anthonystolts@colliergov.net July 2014 to May 2018 Collier County project I box culvert replacement I drainage I structures I bridge hydrauic analysis I SUM I utility design I environmental/permitting I same team members Erik Aadland, PE; Fathy Abdalla, Ph.D., PE, PTOE; Brett French, PE; Jason LaBarbera, PE; Kip Laskaris, PE; Lucio Martinez, PE; Tara Spieler, PE; Curt Sprunger, PE; Richard Harrison, PE; Ali Tayebnejad, PE; Sarah Wilson, PE A■ CHEROKEE DRIVE DRAINAGE STUDY, PINELLAS COUNTY, FL Under KCA7s Continuing Engineering Services contract with Pinellas County, this project included a master drainage study to investigate and determine the best solution to residential flooding for Oaklawn Avenue, Myrtle Avenue, and Cherokee Drive in Pinellas County. The flooding investigation included a field review during a rain event. The existing drainage basins were delineated and the area was modeled using an Interconnected Channel and Pond Routing (ICPR) model to determine the location and depth of flooding for the 2-year, 10-year, and 25-year storm events. This was compared to the elevation of the floor slabs for the adjacent residences. The study looked at three alternatives to solve the residential flooding and included cost estimates for construction. Solutions included roadway improvements and adding a stormsewer system or trench drain. The study results and recommended alternatives were presented to Pinellas County for discussion. Pinellas County Tim Clark, PM Tel: 727.464.4408 E: tclark@pinellascounty.org November 2014 to January 2016 Drainage design I municipal project I master drainage studies I residential flooding investigations I ICPR modeling I condition assessments I cost estimates I alternatives analysis Fathy Abdalla, Ph.D., PE, PTOE; Brett French, PE; Tara Spieler, PE; Richard Harrison, PE; Ali Tayebnejad, PE CR 630 BOX CULVERT REPLACEMENT, POLK COUNTY, FL KCA designed the replacement of a 5-foot by 8-foot concrete box culvert at CR 630 just east of Monk Road intersection in Polk County, Florida. The existing box culvert was replaced with a new culvert that is approximately 10 feet longer on both the north and south sides so that standard headwall and wingwalls could be used instead of a special design. CR 630 is an east -west collector in south central Polk County that extends from US 27 to US 17. This project involved drainage analysis and improvements, permitting, roadway design, and utility coordination. Polk County Jose Fernandez, El, PM Tel: 863.535.2200 E: josefernandez@polk-county.net November 2017 to May 2018 Municipal project I box culvert replacement I drainage analysis and improvements permitting I roadway design I utility coordination I same team members Ashley Abdel-Nadi; Jason LaBarbera, PE; Kip Laskaris, PE; Catie Neal; Tara Spieler, PE; Curt Sprunger, PE; Richard Harrison, PE; Ali Tayebnejad, PE; KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R AUBURNDALE FLEA MARKET DRAINAGE COMPLAINT, FDOT DISTRICT ONE, POLK COUNTY, FL A TWO under our FDOT District One D/W Drainage contract, KCA was tasked to complete a flooding complaint investigation. This project consisted of investigating the frequent flooding of driveways and parking lots that occurs along SR 600 (US 92) from east of Polk Parkway to in front of the International Market World Flea Market in Auburndale. An ICPR model was used to model the existing and proposed conditions. ICPR was chosen to model the capacity and storage of the roadside ditches to ensure no adverse impacts. Three different storm events: 2.33-year/24-hour (Mean Annual),10-year/24-hour, and 25-year/24-hour storm events were used to model the project location. Five alternatives were considered with each providing relief to roadside ditches and reducing or preventing overtopping onto adjacent properties. The preferred alternative was to provide a connection on the north side of US 92 from the existing ditch to a borrow pit located west of International Market World Flea Market along with replacing and upsizing existing drainage along US 92. FDOT District One Karina Della Sera, PE Tel: 863.519.2750 E: karina.dellasera@dot.state.fl.us • September 2017 to March 2020 Drainage studies I ICPR modeling existing and proposed condition assessments I flooding investigations and analysis I alternatives analysis Erik Aadland, PE; Tara Spieler, PE; Richard Harrison, PE; Ali Tayebnejad, PE LEMON STREET DRAINAGE IMPROVEMENTS, FDOT DISTRICT SEVEN, HILLSBOROUGH COUNTY, FL This project is located between Lemon Street and State Street from east of SR 93 (1-275) to west of SR 600 (Dale Mabry Highway) in Hillsborough County. The existing FDOT outfall ditch was overgrown and the adjacent businesses and residential houses had encroached within the FDOT's R/W causing maintenance issues. Several areas of the ditch had erosion issues. FDOT coordinated with the adjacent property owners to vacate the existing R/W. The 2,000-linear-foot outfall ditch was then re -graded and permanent concrete matting was installed to prevent future side slope erosion. Coordination and relocations were conducted with several utility agencies and their facilities, along with the City of Tampa Water and Sewer Department. Permitting was through SWFWMD and the U.S. Army Corps of Engineers (USACE). FDOT District Seven Stephanie Pierce (formally with FDOT District Seven. Currently • with Hillsborough County Aviation Authority [HCAAD Tel: 813.676.4621 E: spierce@tampairport.com Outfall ditch regrading and structures design I erosion control I drainage design I limited R/W I agency coordination Patrick Mulhearn, PE; Tara Spieler, PE; Curt Sprunger, PE; Richard Harrison, PE; Ali Tayebnejad, PE CR 54 (WESLEY CHAPEL BOULEVARD) FROM NORTH OF SR 56 TO NORTH OF MAGNOLIA BOULEVARD, PASCO COUNTY, FL KCA designed the widening of CR 54 from a two- lane undivided rural roadway to a six -lane divided urban section from approximately''/2 mile north of SR 56 to 640 feet north of Magnolia Boulevard. The length of the project is 3.1 miles. The project required coordination with the proposed Cypress Creek Town Center Regional Mall site development and roadway improvements. The typical section included a 22-foot median utilizing Type E curb, two 36-foot roadways including 4-foot bike lanes with Type F curb along the outside edges, borders consisting of a 4-foot to 6-foot sodded utility strip and a 5-foot concrete sidewalk on the west side and an 8-foot concrete trail/walk on the east side. Right -turn and left -turn lanes were provided at significant intersections based on the preparation of an Access Management Plan. Three intersections were signalized and signalization interconnect was included. The box culvert at Cabbage Swamp was replaced with bridge structures to improve hydraulics and to provide a dry shelf wildlife crossing. In addition to roadway and structure design, the KCA team provided R/W and topographic survey, KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R title search reports, R/W maps, drainage design, stormwater treatment and retention, environmental mitigation design, environmental permitting, utility coordination, and soils investigation in support of roadway plans with signing and pavement marking, and signalization components. Pasco County Panos Kontses, PE, Engineering ContactManager Tel: 727.834.3604, ext.1623 E: pkontses@pascocountyfl.net Contract December 2008 to ongoing; project was shelved for a few years Box culvert replacement I drainage design I traffic analysis I environmental/ Relevancy permitting I same team members Fathy Abdalla, Ph.D., PE, PTOE; Richard Arico, PE; Burak Konuk, PE, PTOE; Key Staff Kip Laskaris, PE; Tara Spieler, PE; Curt Sprunger, PE; Ali Tayebnejad, PE; Sarah Wilson, PE; AIM COCONUT ROAD SAFETY AND DRAINAGE IMPROVEMENTS, VILLAGE OF ESTERO, FL This project includes the survey and design of drainage improvements at three locations and extension of an ADA-compliant sidewalk at Coconut Road and South Coconut Island Drive. Services also includes the design of a mid -block crosswalk near the intersection of Olde Meadowbrook Boulevard and Coconut Road. The mid -block crosswalk design implemented the use of two double -sided solar Rectangular Rapid Flash Beacons (RRFB) assemblies and special emphasis pavement markings. Photometric analysis for horizontal and vertical illumination for pedestrians at the crosswalk and LED lighting design was performed. The proposed drainage improvements will meet the needs of the drainage conveyance in this area while limiting impacts to the many existing utilities present, reducing maintenance needs, and improving roadside safety for vehicles and pedestrians. Village of Estero David Willems, PE Tel: 239.221.5035 E: willems@estero-fl.gov Ongoing Same team members I local project I roadway, drainage, lighting, and SUM design services I environmental permitting I public meetings I utility coordination bidding and post -design services Richard Arico, PE; Richard Harrison, PE; Adrienne Wisdom, PE; Jesse Gill, PE; Tara Spieler, PE; Fathy Abdalla, Ph.D., PE, PTOE; Brian Rose, PE BIG CARLOS PASS PD&E STUDY AND PRELIMINARY DESIGN, LEE COUNTY This project involves conducting a Project Development and Environment (PD&E) Study to consider alternatives for replacement or rehabilitation of the Big Carlos Pass Bridge, which is located on Estero Boulevard in Lee County. The Big Carlos Pass Bridge provides connection between Fort Myers Beach and Lovers Key State Park. The existing bridge is a single leaf bascule bridge with a horizontal clearance of 50 feet and a vertical clearance (when close) of 24 feet 6 inches at the main channel and a total bridge length of approximately 1,688 feet. KCA and Lee County are coordinating with the FDOT Office of Environmental Management to obtain location and design concept approval on a preferred alternative. The study will be in accordance with the National Environmental Policy Act (NEPA), develop the purpose and need for the project, and determine environmental class of action following the FDOT PD&E Manual and using the Efficient Transportation Decision Making (ETDM) process. KCA is conducting environmental and structural analyses, lead public involvement/information meetings, obtain and analyze traffic data, develop conceptual design plans, coordinate with utility agency owners (UAOs), determine R/W impacts, and develop cost estimates. Lee County Thomas Marquardt, PE, County PM Tel: 239.533.8530 E: tmarquardt@leegov.com Zir M, by, I June 2016-December 2024 (est.) Drainage design I roadway design I kelevancy structures design I environmental/ permitting I utility coordination Richard Arico, PE; Kip Laskaris, PE; Tara Spieler, PE; Curt Sprunger, PE; Jason Key Staff LaBarbera, PE; Lucio Martinez, PE; Ashley Abdel-Hadi; Adrienne Wisdom, PE; Paul Wingard, PE, LEED AP KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study � RPS No.:19-7663R Collier County Solicitation 19-7663R Administrative Services Deparhront Procurement Semces Division Form 5 Reference Questionnaire USE ONE FORM FOR E4CH REQUIRED REFERENCE R Naples Manor Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Tara Spieler, PE (Name of Company Requesting Reference Information) Kisinger Campo & Associates, Corp. (Name of Individuals Requesting Reference Information) Name: Tim Clark, PE, Public Works Engineer Company: Pinellas County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: tclark@pinellascounty.org FAX; 727.464.8900 Telephone: 727.464.4408 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 hive 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: Cherokee Drive Drainage Study Project Budget: $19,293 Completion Date: January 2016 Project Number of Days: 14 months Item Criteria Score must be completed I Ability to manage the project costs (minimize change orders to scope). i v 2 Ability to maintain project schedule (complete on -time or early), / v 3 Quality of work. iv 4 Quality of consultative advice provided on the project, / 5 Professionalism and ability to manage personnel. /b 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) / D 7 Ability to verbally communicate and document information clearly and succinctly. / 8 Abiltity to manage risks and unexpected project circumstances. g 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort Ievel with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS 98 6/18/2020 3.01 PM p. 33 ***UPDATED JANUARY 28, 2020*** KC7 ` I & I AI S SEOR CRAM EO Naples Manor Stormwater Improvements Preliminary Engineering Study l RPS No.:19-7663R Collier County corer COH- ty Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation 19-7663R Solicitation: 19-7663-R Naples Manor Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Kisiri Cari & Associates. CorD./KCCS. Inc. (Name of Company Requesting Reference Information) Paul Wingard, PE, LEED AP, CGC (Name of Individuals Requesting Reference Information) Name:Vince Miller (Evaluator completing reference questionnaire) Email: Company:Lee County Department of Transportation (Evaluator's Company completing reference) FAX: 239.485.8383 239.533.8718 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: Alico Road at Gator Road Project Budget: $510,553 Completion Date: July 2016 - December 2016 Project Number of Days: 120 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 5/18/2020 3:01 PM p 33 —UPDATED JANUARY 28, 2020— KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study l RPS No.:19-7663R Collier County Solicitation 19-7663R 476Y CO.14HU AdminMatiw Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 19-7663R Naples Stormwater Improvements Preliminary Engineering Study Reference Questionnaire for: Kisinger Campo & Associates, Corp. (Name of Company Requesting Reference Information) Jason LaBarbera, PE (Name of Individuals Requesting Reference Information) Name: Clark Briggs - Senior Project Administrator Company: Monroe County Engineering Services (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:Briggs-Clark@MonroeCounty-FL.gov FAX: 305.295.4321 Telephone: Telephone: 305.295.4306 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." On -Call Engineering Services (Sugarloaf Blvd. Sugarloaf Bridge Replacement - 2017 Bridge Replacement & Monroe County Bridge Monroe County Bridge Assessment Report - 2014 Project Description: Assessment Report Completion Date: Project Budget: Varies per task ($180,000 to $350,000) Project Number of Days: Varies (6 to 18 months per task) Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 98 5/18/2020 3:01 PM p. 33 ***UPDATED JANUARYw28, 2020*** KC 7 ` I & I AI S SEOR CRAM EO CO Cot Tab 4. PROJECT APPROACH, WILLINGNESS TO MEET TIME "" "1 1'1GET REQUIREMENTS � `�•'i:7 'A .� y 4 r•, _ `�4,-- .[ir Imo. r C � FOLLOW{ U5 ON TWJTTER AT � � D � +wEARE�.ELY �* ;U D FIND U$ Ok fACfBOOIi AT � Q � C{PSLHS c• o fr l 0, n rD C � I<CA f ' KISINGER CAMPO & ASSOCIATES Tab 4. Project Approach, Willingness to Meet Time and Budget Requirements KCA is a multidisciplinary engineering firm that has served the transportation industry for 43 years. Since 1976, our firm has steadily transformed from a three - person firm into an organization consistently listed on Engineering News-Record's Top 500 Engineering Firms nationwide. KCA, along with KCCS, Inc., has nearly 300 employees including 69 PEs. KCA's Stormwater Department staff of 20 includes eight stormwater PEs, six engineering interns (Els), and six stormwater engineers/technicians. KCA's Fort Myers office (13461 Parker Commons Blvd., Suite 104) is less than 35 miles to the County's offices and only 40 miles to the project site. There are few other engineering design firms of similar stature that can boast a quicker response time to the County, and we have proven this advantage to the County on our past projects. This local office of 10 professionals employs seven PEs including two drainage engineers, three roadway engineers, a traffic engineer, and a structures engineer, which provides most of the core technical expertise required to complete this project successfully. KCA is also supported by our wholly owned subsidiary KCCS and its CEI staff at this office consists of one construction engineer and seven CEI/ construction administration support staff including six inspectors. KCA's Corporate Office in Tampa provides additional staffing support with 112 employees and 37 PEs including five additional drainage/stormwater PEs. The KCA team's efficiency and performance begins with the personal involvement of our Principal -in - Charge, Paul Foley, PE, who has served as Principal - in -Charge for major transportation projects, such as the 1-75 at US 301 Interchange design project for FDOT District One in Manatee County. His responsibilities have included resource management to ensure project delivery, monitoring of our QA/QC plan, and technical engineering consultation. At the core of our proposed staff is Richard Arico, PE, PM, who will be supported by Brian Rose, PE, Deputy PM; Adrienne Wisdom, PE, Roadway/MOT Design; Jesse Gill, PE; Drainage Design and Utilities; Lucio Martinez, PE, Structures Design; Dr. Fathy Abdalla, PE, PTOE, Traffic/S&PM; and Ashley Abdel-Hadi, environmental/permitting. Paul Wingard, PE, LEED AP, CGC (KCCS) will provide constructability reviews for this contract. COAT County KCA has reviewed the Naples Manor Walkable Community Study prepared for the Collier County Metropolitan Planning Organization (MPO). This study was prepared by David Buchheit of Collier County Transportation Planning and dated February 2010. KCA has also reviewed numerous SFWMD permits located within and adjacent to the project area. Two of these permits were for sidewalks within the community in which survey services were performed by AIM. KCA understands a walkable neighborhood is defined as a neighborhood that has compact residential development, a mix of land uses, and a well connected street network: a place where one can travel to school, a store, or park without using a car. This was observed during our site visit since there are commercial areas along US 41, two nearby schools and a park within the Naples Manor neighborhood. KCA also understands the goal of providing a safe, connected, and convenient on -road network throughout Collier County for bicyclists and pedestrians. COORDINATION WITH COUNTY AND LOCAL AGENCIES Our familiarization and coordination with Collier County's needs and procedures and our experience on similar drainage/stormwater and sidewalk services as those identified in the County's scope for the Naples Manor Stormwater Improvements Preliminary Engineering Study make the KCA team an ideal candidate for this contract. As represented by our staff's previous work and project experience, KCA maintains strong relationships with FDOT, USACE, FDEP, and SFWMD. These well -developed relationships will serve us well in coordinating issues between the County and the permitting agencies to allow streamlined permitting, coordination, and ultimately the seamless completion of this project. APPROACH After consultant selection for the Naples Manor Stormwater Improvements Preliminary Engineering Study, KCA will meet with the County to fully understand project criteria, deadlines, preferences, schedule, and budget for the project. This clarification helps to reduce the need for change orders and KCA understands the importance of reducing or eliminating change orders. After the project kickoff meeting with the County, KCA will have an internal Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R kickoff meeting in which all the information discussed with the County will be conveyed to the project team. We will prepare a detailed schedule and distribute to the team. Regular progress team meetings will be set up for the duration of the project and able to be facilitated via Microsoft Teams in which we can share screens to better facilitate discussion. These team meetings are set up as meeting invites on our calendar so they do not fall by the wayside. SURVEY Prior to sending the survey crew out for topographic survey, KCA prefers to perform some preliminary survey tasks. These can consist of contacting Sunshine 811 for a utility locate ticket and performing at least one site visit. The utility locations will assist the surveyors in locating utilities accurately and not miss critical components. The site visit is crucial to help determine the survey extents. This will help to accurately determine the area that needs to be surveyed so that the crews do not need to return to the site again during design. A significant schedule and "budget -buster" is having to send the survey crew out to a site for additional survey during design. This can incur additional mobilization fees as well as additional processing time of the data. The site visit can also be crucial such that observing site conditions may require another discipline to be added to the team. This can provide early detection of the additional discipline and allow time to discuss with the County and receive approval to add the discipline. Other items that can be observed during the site visit include roadway pavement condition, sign condition, pavement marking conditions, driveway conditions including material, detectable warning mats, mailboxes, drop-off hazards, landscaping, fences, walls, stormwater conveyance elements, utilities, and potentially any existing Americans with Disabilities Act (ADA) non- compliant facilities. KCA will also work to perform a "wet condition" site visit. This consists of a site visit during or soon after a rainstorm event. This site visit can provide valuable information that may not always be observed during a "dry condition" site visit or inferred from the survey. All survey and SUE services will be conducted by AIM. The firm currently has 30 survey staff members including 10 survey crews available to Collier County and 10 office support staff. AIM has seven licensed Professional Surveyors and Mappers (PSM) on staff who are actively involved in each of their projects and who perform much of the production and quality control. Their backgrounds and expertise cover all relevant surveying practices giving them a great knowledge base. Bob Potter, PSM, and his team of surveyors will provide the County with the baseline surveying needed at the outset of the project and will coordinate with Mr. Gill on all SUE and utilities coordination. Mr. Potter has surveyed two previous sidewalk projects within the Naples Manor community and knows benchmark locations and will be able to start the project with historical knowledge of the area. AIM also has in-house SUE services at their disposal. This can be crucial given the age of the community and numerous underground utilities in the area. Over time, utilities can be abandoned and not removed and records lost. Having the ability to perform SUE services at critical location can be invaluable for a project as this. SIDEWALK DESIGN APPROACH KCA's approach to the sidewalk design will be initiated with a site visit. This visit will document existing conditions of the road and roadside swales, existing driveways, mailboxes, culverts, utilities, and other items located within the R/W. We will evaluate the existing culvert conditions as well as driveways for ADA compliance and preliminarily determine Water line utility the area to be surveyed. We will then contact Sunshine 811 for a utility locate ticket. The utility providers will then mark their facilities in the field. AIM will survey the respective project area and pertinent items as they have done for two other projects within the Naples Manor community. After we have received the survey information, we will begin creating a surface for the design files. This will be utilized for the existing ground. We will then review the cross sections and start placing proposed sidewalk sections in the design. The proposed sections will have a grass utility strip between the edge of pavement and the sidewalk. This is also a great location for the mailboxes and may allow the mailboxes to not need to be relocated thus providing a cost savings. The cross slope and longitudinal slope will meet ADA compliance. Then the design will evaluate the culvert locations and Mail truck delivering mail KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R determine if relocation is necessary. The design will also determine the drainage flow path in the project area. This will determine the size and elevation of the culverts. The sidewalk and drainage conveyance will also need to account for utilities. It is expected that the utilities are already deflected under the roadside swale. However, this will need to be confirmed with the utility agencies. During design of the Mercantile Avenue project, there was significant utility coordination due to utility lines to each property. The best design will work to keep the swale bottom near the existing elevation which will save time and cost. Another key component is the connection to the driveways. There are many different driveway types in the neighborhood such as paver, concrete, and asphalt. One significant cost savings would be to design the sidewalk to meet the existing driveways without having to replace the driveways. This determination would be evaluated during the site visit in which we would evaluate each driveway for ADA compliance regarding cross slope, longitudinal slope, and lift. The other component to this is the driveway culvert. If we can utilize the existing driveway culvert, that is a cost savings measure. We will need to evaluate the condition of the culvert as well as size and invert elevation. Custom paved driveway The stormwater conveyance analysis required for this project is similar to many of the projects listed in Tab 3 including the Mercantile Avenue Stormwater Improvements project, the 23rd Street SW Sidewalk project, the White Blvd Sidewalk project, Littleton Road at US 41 sidewalk project, and the Lake Trafford Road at US 41 sidewalk and safety improvements project. These projects included sidewalk design within adjacent roadside swales. We utilized many different approaches to replace the swale capacity such as shifting the swale, piping the swale, and rerouting the conveyance as appropriate. One such project was the 23rd Street Sidewalk projects. Due to the R/W constraints, elevation difference between the road and adjacent ground, and the location of the road within the R/W, we utilized back of sidewalk inlets to capture off -site runoff. These inlets were typically placed between high spots (driveways) and conveyed water south to the Golden Gate Main Canal. Mr. Rose designed a pervious asphalt sidewalk and redesigned an existing stormwater management pond to provide the additional water quality without procuring additional R/W, resulting in a cost savings. Special drainage for bus stop PUBLIC INFORMATION PROGRAM The KCA team will work closely with the County to keep the County informed of any pending issues or changes. Upon award of this contract, KCA will request an organizational meeting with the County to establish lines of authority and communication, determine who to include in communications, exchange contact information (24-hour emergency numbers, email), and acquaint ourselves with County procedures including invoicing, contractor payments, and contract changes. Addressing public concerns is as important to KCA as it is to the County, and we routinely maintain a citizen's concerns/request for action file. This file logs all appropriate calls and the documented response. A very important part of any public works project is keeping the public informed in addition to the County staff and Council. Many community awareness techniques have been used in the past by our team including project post cards, newsletters, flyers, point -of -contact cards, project website and social media, variable message boards, posted signs and maps, local media, and one-on-one contact. This is a relatively small, low -profile project, and while the combination of these techniques works well, our team will work with the County's Public Information Officer (PIO) to help keep the public informed as necessary. Our team will be prepared to assist in any way possible. This quick response process establishes trust in the project team and maintains goodwill towards Lee County. We have teamed with CMA to provide public involvement support for this project. CMA is currently providing public information services for the Northeast Service Area (NESA) Utility Extension Project and 1-75/Collier Boulevard Utility Relocation Project for Collier County and is highly familiar with the County's needs and expectations. ENVIRONMENTAL ISSUES AND PERMITTING Mr. Rose is well versed in the SFWMD permitting process. During Mr. Rose's five year tenure at SFWMD KCAI KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R overseeing the engineering portion of the permit application review process, he has reviewed hundreds of permit applications, as well as assisted government agencies, including Collier County, as well as numerous engineers across the state of Florida. KCA's goal to permitting is to provide sufficient information with the original permit application to reduce Request for Additional Information (RAI) letters, which saves schedule time and reduces design cost. This has proven helpful with many previous projects. Mr. Rose permitted the 1.3-mile-long Business 41 widening project in North Ft. Myers for FDOT District One. The project consisted of roadway widening from two to four lanes, off -site ponds, wetland impacts, and piping approximately 2,000 linear feet (LF) of large roadside ditch. As a result of Mr. Rose's diligence, the project was permitted through SFWMD with no RAls and the design team received acknowledgment from FDOT noting that feat was unprecedented at the time. He also permitted the 23rd Street SW Sidewalk and Drainage Improvements project for Marlene Messam at Collier County with no RAls. Mr. Rose and the KCA team will take the same approach with the Naples Manor Preliminary Stormwater Study. Based on our site visit, review of the Naples Manor Walkable Community Study, and Mr. Rose's tenure at SFWMD, these sidewalks should be exempt from SFWMD permitting requirements under F.A.C. 62- 330.051(4)c for minor roadway safety construction, alteration, maintenance, and operation. However, if after review of the construction plans and this exemption is not appropriate, there is another exemption that includes recreational paths under F.A.C. 62-330.051(10). Other potential options include permitting the project under General Permit 62-330.447 to Counties for Minor Activities within Existing R/W or easements that include sidewalks or potentially breaking the project up into smaller projects to meet the exemption or General Permit criteria. These are all tools in the toolbox to have the project permitted. INNOVATIVE IDEAS Pervious Asphalt Sidewalks. This preliminary drainage study lends itself to innovative ideas and evaluate the feasibility and cost of each alternative. One alternative to reduce stormwater runoff will be to design the sidewalk with pervious asphalt. This requires a designed section consisting of an open graded top course, a choker course, a recharge bed, and encompassed with filter fabric to reduce silts from entering the system. This design was utilized on the 23rd Street SW Sidewalk project. Below is a snapshot from the construction plans. P LEVEL 1 _ 5' SWK. PERVIOUS ASPHALT SWK. PROFILE GRADE PT. TOP COURSE 0.02 VARIE MPS 0.p4 TO CHOKER COURSE-1 J RECHARGE BED BASE 7 i TYPE D-3 (FILTER FABRIC) - Pervious Asphalt Pavement Section Sidewalk Inlets. Another alternative will be to utilize back of sidewalk inlets with pipe to capture and convey the stormwater runoff. The inlets are offset from the sidewalk so they do not create a drop off hazard that requires protection and have a slot on the side to accept runoff. These will generally be placed between driveways and near property lines so as to not impede future driveway connections. This design was utilized on the 23rd Street SW Sidewalk project due to constrained R/W. Below are snapshots from the construction plans. C� PIPE PROPOSED INLET E' PIPE PROF PIPE R/W LINE 5.25' S SWK. I SOD TRAVEL LANE EOP TRAVEL LANE CONST EOP E L - J Sidewalk construction plans snapshots KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R R/W Survey. Sometimes in areas with constricted R/W and developed adjacent properties, adding a sidewalk and relocating the roadside swale can be difficult to accomplish. There are many alternatives we could evaluate regarding feasibility, cost, and schedule. One alternative may be to determine if the existing roadside swale extends outside of the R/W. If this is the case, we may be able to perform a maintained R/W survey in which the top of bank would be surveyed and since it has been maintained by the County, that swale could be incorporated into County ownership. However, this can extend the design project schedule. We utilized this method on the Littleton Road at US 41 sidewalk and safety improvements project in North Fort Myers. The existing ditch and sidewalk were outside the R/W. We performed the maintained R/W survey for the County and was able to complete the design and oversee construction. Slotted Pipe. Another alternative to reduce stormwater runoff will be to utilize slotted pipe to allow some water to percolate into the ground. This alternative will have inlets and be connected to exfiltration pipe, which will capture and hold water and allow the water to percolate into the ground. These pipes could be utilized in the conveyance or an offline system to reduce stormwater discharge. Monthly Virtual Project Tours. KCA is continually looking for ways to enhance the quality of the services that we provide to our clients. KCA has recently developed a state-of-the-art software that allows our team to post monthly virtual tours of projects focusing on the last month's production as well as any areas of concern. All of the stakeholders are able to take a monthly tours of the project from their own computer. Drone imagery and video. KCA has taken the lead with new unmanned aerial vehicles (drones) technology to provide our clients with different services including aerial photography or video before, during, and after construction. Some benefits provided to our clients with drone imagery and video include visualization of the final project by combining aerial imaging and project renderings to see how the project is progressing and traffic is operating while under construction, and providing visual data regarding the as -built conditions. KCA has a FAA -certified UAV Pilot on staff and is commercially licensed and insured to perform remote sensing and aerial data acquisition using our in-house UAV/drone. Google Earth. KCA's design team can convert MicroStation CAD files to KML (Keyhole Markup Language) files for use in Google Earth. This simple but innovative approach allows users without CAD software to see project design files overlaid on Google Earth's familiar globe. Multiple KML files and support documents can be combined into a single KMZ file making it easy to share and distribute. KCA also has the ability to customize the KML files to provide custom colors, labels, popups, and document links to meet the needs the project team. KCA's goal on each project is to prepare documents free of errors, complete with accurate data, meet all applicable standards and criteria, and in compliance with the project requirements. Although our design professionals follow stringent internal QC processes, we believe it is critical to have senior professionals in each design discipline perform QC reviews to ensure delivery of a quality product. The reviewers will serve as a "fresh set of eyes" to ensure the project has undergone a thorough review. Reviews focus not only on the technical design standards and scope requirements, but also on conflicts, costs, and constructability. KCA has strong company policies on quality and employee workmanship. All deliverables, including subconsultant work, follows a five -step process, utilizing Bluebeam Revu. This digital QC collaboration tool helps QC Engineers from all disciplines working on the same platform by providing markups on a single PDF file. These markups are automatically tracked and placed on a PDF, including author, date, color, and comments associated with each markup. This process then facilitates our QA Manager, Richard Harrison, PE, with a legible digital set of marked -up plans, preventing any process errors and verifying our QC plan is thoroughly followed. The QC sets can then be delivered to our clients electronically, without any quality reduction due to paper scanning. Please note we include the QA/QC process in our schedule in this section so that QA/QC is accounted for and not and afterthought. CONSTRUCTABILITY REVIEW The best designed project is rendered unusable if the contractor cannot interpret the documents and carry forward with sound construction practices. Completeness will be emphasized, with the plans receiving careful peer review by another qualified PE prior to submittal. After completion of design plans and the subsequent review, we will prepare a specification package in accordance with Collier County standards. If necessary, we will create technical special provisions for issues not addressed within the specifications or plans. Paul Wingard, PE, LEED AP, CGC (KCCS), is a highly knowledgeable industry professional who will supervise the proper implementation of our constructability review. Mr. Wingard will be copied on all project correspondence, so he stays aware of the project status and potential issues. BUDGET AND SCHEDULE COMPLIANCE KCA is willing and able to meet the most demanding schedule and budget through our project management procedures. Project management is a critical ingredient in accomplishing our mission of successful project KC" I &IAINSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R implementation. The utilization of our adaptive management structure and close cooperation and coordination among team members, and most importantly, with the County's PM and staff, results in timely adherence to project schedules identified in task assignments. Project design schedule and budget are maintained by assignment of an experienced discipline leader and qualified key team members, integration of QA procedures and milestones into the project schedule to ensure deadlines are met, conducting project review meetings that include problem identification -solution resolution and documentation, work product review, budget review, and QA recommendations. Regular tracking of work efforts completed and time expended provide our PM, Deputy PM, and discipline leaders with the best insight on a project's progress. KCA utilizes a real-time computer timesheet linked to our accounting project management database to monitor work efforts and associated fees expended on each project. Schedules are maintained and reviewed by staff for conflicts and peak production times. During our weekly project management meetings, upcoming submittal dates are discussed and coordinated with production personnel to meet our schedule goals. Reports of work efforts to date versus the projected efforts based on the critical path method (CPM) schedule are also used by KCA's managers to review progress. KCA's tracking system can produce reports for the PM and/or discipline leaders who account for the total time spent on a project, time spent on a specific task within that project, and project budgetary data. This data can be provided to the County's PM for review and analysis on a monthly basis. All of KCA's electronic project files are backed up and secure, and software support is available for all projects, providing additional reassurance to the County that schedules will never be impacted by lost project data. Additionally, KCA is well -versed at working on accelerated projects such as conventional design projects, FDOT State -Wide Acceleration Transformation (SWAT) projects, D/B projects, and emergency response contracts. VALUE ENGINEERING KCA also utilizes value engineering to evaluate any modifications proposed by a contractor, identify potential construction savings, provide cost/risk analyses, and develop risk response strategies. Our process includes six phases: investigation, speculation, evaluation, development, presentation, and report preparation. KCA will utilize this methodology for the Naples Manor Stormwater study. We will form Joint Technical Committees where discipline leads will review plans and alternatives and develop questions, comments, and time/cost- saving techniques that will then be presented in our Executive Report. These value engineering/cost-saving initiative (CSI) pursuits have allowed our team to develop relationships with contractors and gain valuable lessons learned through practical experience. Some examples of successful CSI projects include: ►► SR 30 CSI, FDOT District Three, Bay County, FL. This specialty engineering task involved value engineering of a $68 million interchange project near the Port of Panama City. KCA worked with Superior Construction to replace 15 concrete U-beam spans with mechanically stabilized earth (MSE) walls for a total savings of $5.5 million, split between FDOT and Superior Construction. KCA managed the project through the CSI process on time and within budget, garnering minimal comments from reviewers on the way to release for construction plans. This was not only the largest CSI ever in the District, but large than all previous CSIs combined. ►► SR 87 at Yellow River CSI, FDOT District Three. Modified temporary traffic control plans to eliminate the use of Portable Concrete Barrier and saved District Three approximately $500,000. ►► NE Coachman Rd Pedestrian Bridge CSI, FDOT District Seven, Pinellas County. Cone & Graham requested KCA to provide a more expedited solution for the pedestrian bridge going across the Alligator Creek. The bridge superstructure was originally designed as a reinforced concrete slab. KCA developed an alternative utilizing Florida Slab Beams. Even though this alternative did not provide considerable savings, the contractor was able to expedite construction schedule by placing the precast girders and avoiding formwork on the Creek. This solution also minimized environmental impact in the Creek. HUD GRANT FUNDING MANAGEMENT KCA PM Rick Arico, PE, has extensive experience with federal funding processes including grant funding. Mr. Arico and Deputy PM Brian Rose, PE, are currently working on a FEMA-funded drainage project and are aware of federally funded project requirements. The Integrated Disbursement and Information System (IDIS) is a national database providing HUD with current information regarding the program activities underway in the U.S., including funding data. HUD uses this information to report to Congress and to monitor grantees. KCA will assist the County with IDIS and the grant funding process by: ►► Demonstrating funds utilized consistent with the program ►► Drawing fund requests ►► Reporting accurate and timely info in IDIS ►► Year-end reporting ►► Accomplishment detail reporting ►► Creating remediation plan for activities that have not reported accomplishments or draw request in a timely manner KCAI KISINGER CAMPO & ASSOCIATES 2LU k\ kw §< 2_ � � }}}(}\\\\\)\\\}} ,,,_,.; „ �,_,,,- : �\\(\\\\\\\\\{�\ !.._,._....:..&. ' # _ . {_5. SIC: i= C Cot LOCATION lk(;A KISINGER CAMPO & ASSOCIATES Tab 5. Location the firm's corporate headquarters is located at 201 North Franklin Street, Suite 400, Tampa, where contract authority resides. Paul Foley, PE, is our Principal -in -Charge and responsible for resource management to ensure project delivery, monitoring of our QA/QC plan, and technical engineering consultation on critical project issues. He will ensure our project team has the necessary resources to serve the County's needs. KCXs work efforts will be administered and performed by our Ft. Myers office (13461 Parker Commons Blvd., Suite 104) and additional support staff will reside in our Tampa office. These offices will facilitate frequent face-to-face meetings with Collier County staff, regular oversight of project activities through frequent site visits, and immediate response for situations that may require rapid response times. KCXs Ft. Myers office location is less than 35 miles from Collier County's office. Our extensive Southwest Florida resources will ensure the necessary level of professional involvement for the responsible, expeditious, and accurate completion of this project. Col Iler Cow1ty 3295 E. Tamlaml Trail, C_'t} enr Crr4ni..y Naples, Fl. 34112 Coder county It Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KC I KISINGER CAMPO & ASSOCIATES Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KCA also has offices throughout Florida including Brandon, Orlando, Jacksonville, Tallahassee, Miami, and Lakewood Ranch available for additional resources if needed. All KCA team members are in close proximity of each other and Collier County. The PM, Deputy PM, and majority of the design leads are just steps away from each other and able to walk down the hall to their office to discuss and issue and come to a resolution. Our team is familiar and knowledgeable of County roads, bridges, and infrastructure and we have team members who reside locally; therefore, they are personally invested in the successful completion of this Naples Manor Stormwater Improvements Preliminary Engineering Study. The local team members not only live in southwest Florida, we invest in the area through recreation, vacation, and volunteering. We give back though our local schools, churches, and volunteer at the Ronald McDonald house. Frequent and effective communication among KCA management and technical staff, subconsultants, and Collier County are critical to both schedule and cost control. Richard Arico, PE, as PM, will be the main point of contact for this County project, and task leads our will serve as points of contacts for their respective disciplines. Our team commits to holding regularly scheduled internal meetings and client meetings to assess progress and determine and address current client needs and concerns. These meetings will be held weekly. As directed by the specific needs of the assignment, we may also facilitate formal workshops involving a larger group of County staff and technical staff from the KCA team. Through these interactions, our firm seeks to establish and maintain a close working partnership with Collier County to ensure the project stays on course, all expectations are met, and both parties have ownership in the project results. However, to avoid wasted time and miscommunications, meetings and communications between the KCA team and the County must be disciplined. We will develop a formal communications plan for each task assignment that clearly defines the project chain of command and appropriate communication pathways. KCA will work closely with the County and keep them informed of all critical issues. Documents will be submitted to the County for review and comments at established project milestones, and we will respond to any comments within five days of receipt. A review meeting to discuss comments requiring further coordination will be held with the County, Mr. Arico, Mr. Rose, and Task Managers. KCA will assure coordination and communication is maintained through personal contact, telephone, Microsoft Teams, GoToMeeting conferencing, and email. Our firm's resources are networked and all members of our project team utilize the same design and plans production software. The latest computer hardware systems provide significant capabilities to transfer data, calculations, and plans production information efficiently between team members. KCA also utilizes SharePoint and Microsoft Teams to manage day-to-day information collection and distribution between the County and internal staff members. KCA conducts reguarly scheduled internal and client meetings to assess project progress. &IAINASSOCIATES KC" IS � •K.si;7 a•r� y 4 r•, _ ��4,- .G'r Imo. ,' . ... f. },mow 7 FOLLOW{ U5 ON TWJTTER AT FIND US ON FACE600K AT C{PSLHS -0p C County s m n QrD = Tab 6. o n 0� RECENTOM , CURRENT, AND PROJECTED WORKLOADS OF THE FIRM I<CA KISINGER CAMPO & ASSOCIATES Tab 6. Recent, Current, and Projected Workload his project will require a diverse range of technical disciplines. The KCA team possesses these requisite skills and has provided similar services to several local clients under previous and ongoing contracts. We have assembled a strong, multidisciplinary team fully qualified to perform the scope. Our team is fully committed to providing Collier County with outstanding services through effective, practical, and constructible design. The proposed KCA team has been carefully structured to provide exceptional design services for this contract. We commit that the team members, identified on our organizational chart on page 1-2, will be available to Collier County for the work anticipated, but we also realize flexibility throughout the project is important. Flexibility is essential when unforeseen circumstances occur during a design or construction project. For this reason, we have backup staff available to ensure County expectations are met without sacrificing schedule. KCA's thorough understanding of the processes required to provide stormwater design services for the County provides us the ability to accurately predict the staffing requirements for this project as it relates to staff hours and level of experience. Our team is well equipped and available to complete all work associated with this project, and our current workload allows us to begin work immediately. As with any firm, our workload is not always constant, but has peaks and valleys. The dedication of our staff enables KCA to meet our clients' goals by working overtime during peaks and improving our technical skills during slower periods. The KCA team takes great pride in our history of providing quality, timely services for our clients. We strive toward developing improvements for project delivery and cost savings for our clients, and we are confident we have the available, dedicated staff to meet Collier County's needs. Coder county KCA's team has the resources and available workload capacity to meet the requirements of Collier County for the work anticipated under this Naples Manor Stormwater Improvements Preliminary Engineering Study project, including backup capabilities in the event of unforeseen circumstances. We also have several other projects in our backlog in Southwest Florida. Administering several projects with the same management and administrative staff may be a financial benefit to the County depending on the timing of the projects. Our team's current projected workload over the next year as shown on the following table falls below the capacity of our staff, and we are eager to utilize our resources for this project. Rick Arico, PE, PM; Roadway/MOT Design 60% Brian Rose, PE, Deputy PM; Drainage Design 70% Tara Spieler, PE, Drainage Design 45% Curt Sprunger, PE, Drainage Design 55% Thierry Ku, PE, Drainage Design 70% Brett French, PE, Drainage Design 65% Erik Aadland, PE, Drainage Design 75% Jesse Gill, PE, Utilities; Drainage Design 60% Adrienne Wisdom, PE, Roadway/MOT Design 55% Lucio Martinez, PE, Structures Design 70% Ashley Abdel-Hadi, Environmental/Permitting 60% Paul Wingard, PE, Constructability Review 50% Kris Cella (CMA), Public Involvement 45% Bob Potter, PSM (AIM), Surveying/Mapping 60% KCA, along with KCCS, has nearly 300 employees including 69 PEs. KCA's Stormwater Department staff of 20 includes eight stormwater PEs, six engineering interns (Els), and six stormwater engineers/technicians. KCA's Ft. Myers office of 10 professionals employs seven PEs including two drainage engineers, three roadway engineers, a traffic and structures engineer, and two engineering technicians/Els. KCCS CEI staff at this office consists of one construction engineer including Paul Wingard, PE, LEED AP, CGC. Mr. Wingard is also a Certified General Contractor (CGC) and is supported by seven CEI/construction administration support staff including six roadway and bridge inspectors. KCA's Corporate Office in Tampa provides additional staffing support with a 112-person staff and 37 PEs including five additional drainage/stormwater PEs,13 roadway/traffic PEs, and 12 structures PEs. Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KCA I KISINGER CAMPO & ASSOCIATES C Cot ad Tab 7. REQUIRED FORMS, LICENSES, AND CERTIFICATIONS � •K.si;7 �a•r� y 4 r•, _ ��4,- .G'r Imo. FOLLOW{ U5 ON TWJTTER AT FIND US ON FACE600K AT C{PSLHS I<CA KISINGER CAMPO & ASSOCIATES aw M Q(D (DT rr O n � N p r N (D N (D to Tab 7. • Co er County Required Forms, Licenses, Certifications s requested in Collier County's RPS, KCA has included the following forms, documents, and licenses in this section: ►► Addenda Acknowledgment ►► Vendor Checklist ►► Form 1: Vendor Declaration Statement ►► Form 2: Conflict of Interest Certification Affidavit ►► Form 3: Immigration Affidavit Certification ►► KCA E-Verify Profile Page ►► Form 4: Vendor Submittal - Local Vendor Preference Certification ►► Insurance and Bonding Requirements ►► Vendor W-9 Form ►► Form 6: Grant Provisions and Assurances Package - Federal Contract Provisions/HUD ►► Corporate Charters and Firm Licenses ►► SunBiz ►► Team Member Licenses/Certifications ►► FDOT Pre -Qualification Letters Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:19-7663R KC I KISINGER CAMPO & ASSOCIATES collier County Administrative Services Division Procurement Services Date: 6/18/2020 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum One From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation 19-7663R and Title Naples Manor Stormwater Improvements Preliminary Engineering 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. 19-7663R Naples Manor Stormwater Improvements Preliminary Engineering Study has changed its solicitation opening date from 6/18/2020 at 3:00 PM to the new date of 6/26/2020 at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Mindy Collier Please sign below and return a copy of this Addendum with your submittal for the above refer ced soli Ration. �� (Signature) Kisinger Campo & Associates, Corp. (Name of Firm) 6/18/2020 Date Collier County Administrative Services Division Procurement Services Date: 6/26/2020 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum Two From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation 19-7663R and Title Naples Manor Stormwater Improvements Preliminary Engineering 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. 19-7663R Naples Manor Stormwater Improvements Preliminary Engineering Study has changed its solicitation opening date from 6/26/2020 at 3:00 PM to the new date of 7/17/2020 at 3:00 PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Mindy Collier Please sign below and return a copy of this Addendum with your submittal for the above Paul Foley, CEO and President (Signature) Kisinger Campo & Associates Corp. (Name of Firm) 6/26/20 Date Collier County Administrative Services Division Procurement Services Date: 6/30/2020 Email: Geoff.Thomas@colliercountyfl.gov Telephone: (239) 252-6098 Addendum Three From: Geoff Thomas, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation 19-7663R and Title Naples Manor Stormwater Improvements Preliminary Engineering 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. 19-7663R Naples Manor Stormwater Improvements Preliminary Engineering Study will have a non -mandatory pre -bid meeting on July 9, 2020 at 2:00 PM. The location will be in the Collier County Procurement Office in Conference Room A. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. C: Mindy Collier Please sign below and return a copy of this Addendum with your submittal for the above Paul Fole, Kisinger Campo & Associates, Corp. (Name of Firm) CEO and President 6/30/20 Date Collier County CA,er c01.nty Administrative Services Department Procurement Services Division Vendor Check List Solicitation 19-7663R IMPORTANT: Please review carefully and submit with your Proposal/Bid. Vendor should checkoff each of the following items: X❑ General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ❑X Form 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification X❑ 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. ❑X Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ® Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ❑X 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. ❑X Form 5: Reference Questionnaires form MUST be utilized for each required reference and included with your submittal, or you MAY be DEEMED NON -RESPONSIVE. ® 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. ® 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. Not applicable ® Copies of all requested licenses and/or certifications to complete the requirements of the project. ® 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. Not applicable © Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. 5/18/2020 3:01 PM p. 26 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 19-7663R care__r C;014nity Administrative Services Department Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 18th day of June 2020in the County of Hillsborough , in the State of Florida Firm's Legal Name: Kisinger Campo & Associates, Corp. Address: 13461 Parker Commons Blvd. Suite 104, Ft. Myers, FL 33912 City, State, Zip Code: Tampa, FL 33602 Florida Certificate of 505419 Authority Document Number Federal Tax 59-1677145 Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: 239.278.5999 Email: pfole/y@kcaeng.com Signature by: (Typed and written) Title: Paul Foley, PE, CEO and President 5/18/2020 3:01 PM p. 27 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 19-7663R Additional Contact Information Send payments to: Kisinger Campo & Associates, Corp. (KCA) (required if different from Company name used as payee above) Contact name: Alexis Maurino Title: Accounting Department Manager Address: 201 N. Franklin Street, Suite 400 City, State, ZIP Tampa, FL 33602 Telephone: 813.871.5331 Email: amaurino@kcaeng.com Office servicing Collier 13461 Parker Commons Blvd. Suite 104, Ft. Myers, FL 33912 County to place orders (required if different from above) Contact name: Richard Arico, PE Title: Project Manager Address: 13461 Parker Commons Blvd. Suite 104 City, State, ZIP Ft. Myers, FL 33912 Telephone: 813.871.5331 Email: rarico@kcaeng.com 5/18/2020 3:01 PM p. 28 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 19-7663R CiolRle'r Comity Administrative Services Department Procurement Services Division Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Kisinger Campo & Associates, Corp. ZbJAI Company Name Signature Paul Foley, PE, CEO and President Print Name and Title State of Florida County of Hillsborough The foregoing instrument was acknowledged before me by mans of ❑ physical presence or ❑ online notarization, this day of June (month), 2020 (year), by j t 1\ (name of person acknowledging). Personally Known OR Produced Identification �kS1C�111� Type of Identifica ion Produced 5/18/2020 3:01 PM %81"Nk N o �GDqq�UARY3�aa..• 2 Z ; #GG 954357d ad 2 �� ¢J •. a_� lns06 �N iyNz "tic' STA1 `�`� !!!!1 (Signature of Notary Public - State of Florida) or Stamp Commissioned Name of Notary Public) p. 29 ***UPDATED JANUARY 28, 2020*** Collier County Solicitation 19-7663R cat;-r coulKty Administrative Services Deparknent Procurement Services Division Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (https://www.e-verify. vim, at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSALIBID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Kisinger Campo & Associates, Corp. Company Name Signature Paul Foley, PE, CEO and President Print Name and Title State of Florida County of Hillsborough The foregoing instrument was acknowled *ed before me by means of El physical presence or ❑ online notarization, this �_ day of `\\j (month), } (year), by FcAr l 1 (name of person acknowledging). Ij ni I'(x n . G 04� `f (Signature of Notary Public - State of Florida) e, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification ookuc) Type of Identificat' Produced OGG054357 - STA1E� 5/18/2020 3:01 PM p. 30 ***UPDATED JANUARY 28, 2020*** EmployerWizard E-Verify Employment Eligibility Verification Home Company Information New Case View Cases Company Name: Kisinger Campo & Associates Corp. Edit Profile Company ID Number: 163673 Change Password Doing Business As (DBA) Name: Change Security Questions DUNS Number: Edit Company Profile Physical Location: Mailing Address: Add New User Address 1: One Tampa City Center Address 1: View Existing Users Address 2• 201 N. Franklin Street, Suite Address 2• Close Company Account City: Tampa City: State: FL State: View Reports Zip Code: 33602 Zip Code: My Resources County: HILLSBOROUGH View Essential Resources Take Tutorial Additional Information: View User Manual Employer Identification Number: 591677145 Contact Us Total Number of Employees: 100 to 499 Parent Organization: Kisinger Campo & Associates Corp. Administrator: Organization Designation: Employer Category: None of these categories apply NAICS Code: Total Hiring Sites: 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES 1 Total Points of Contact:2 h,hk SFt�r J+fr,4f5 T1��/i https://e-verify.uscis.gov/emp/EmployerWizard.aspx[10/21/2010 1:40:28 PM] Collier County Solicitation 19-7663R CO&W c014Mty Administrative Services Department Procurement Services Division Form 4: Vendor Submittal — Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 17 years (KCA has been in business 44 years total) Number of Employees (Including Owner(s) or Corporate Officers): 291 Number of Employees Living in ❑ Collier County or ® Lee (Including Owner(s) or Corporate Officers): 16 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: Kisinger Campo & Associates, Corp Date: 6/18/2020 Address in Collier or Lee County: 13461 Parker Commons Blvd., Suite 104, Ft. Myers, FL 33912 Signature: -/aJAs25? Paul Foley, PE Title: CEO and President 5/18/2020 3:01 PM p. 32 ***UPDATED JANUARY 28, 2020*** Lee County Tax Collector - Print Results Page 1 of 1 Business Tax Account Information Business Account Description Mailing Address New KISINGER CAMPO & ASSOCIATES CORP 13461 PARKER COMMONS BLVD 104 FT MYERS FL 33912 (239)278-5999 1503665 ENGINEERING FIRM KISINGER CAMPO & ASSOCIATES CORP 201 N FRANKLIN ST STE 400 TAMPA FL 33602 Year Account is paid current. Outstanding Balance Due as of 3/10/2020 Additional Options: • eNotify • Payments Made Amount $0.00 https://www.leetc.com/ncp/search_detail.asp 3/10/2020 Collier County Solicitation 19-7663R 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 hgps://aggs.fldfs.com/boccxMpt/ 2. ® Employer's Liability $_1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. ® Automobile Liability $_1,000,000_ 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. 5/18/2020 3:01 PM p. 87 Collier County Solicitation 19-7663R 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. 5/18/20 - 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 Kisinger Campo & Associates, Corp. Vendor Signature Print Name Paul Foley, PE, CEO and President Insurance Agency Agent Name Brown & Brown Insurance - Clearwater Vickv Van Wormer Date 6/18/2020 Telephone Number 727.442.7695 5/18/2020 3:01 PM p. 88 ACORL]� CERTIFICATE OF LIABILITY INSURANCE `� DATE (MM/DDIYYYY) 1 9/26/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown Insurance - Clearwater 83 Park Place Blvd., Suite 101 Clearwater FL 33757-2456 CONTACT NAME: Vicky Van Wormer PHONE FAX AIC No Ext : 727-450-7018 A/C No): 727-450-7083 ADDRESS: vvanwormer@bbpinellas.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Admiral Insurance Company 24856 INSURED KCCSr Campo &Assoc. Corp. KCCS, Inc. INSURER B: The Travelers Indemnity Company of America 25666 INSURER C : The Charter Oak Fire Insurance Company 25615 INSURERD: Travelers Casualty and Surety Company 19038 Campo & Associates, PLLC INSURERE: 201 N. Franklin Street, Ste. 400 Tampa FL 33602 INSURER F COVERAGES CERTIFICATE NUMBER: 1314715156 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DDIYYYY POLICY EXP MM/DDIYYYY LIMITS C X COMMERCIAL GENERAL LIABILITY 6308254A604 10/1/2019 10/1/2020 EACH OCCURRENCE $1,000,000 F —V� CLAIMS -MADE OCCUR DAMAGE TO PREMISES(E. occur ence)$ 300,000 X MED EXP (Any one person) $ 10,000 Contractual Liab X XCU Included PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY jE LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 8105N338364 10/1/2019 10/1/2020 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY X 1 $ PIP $10,000 1 B X UMBRELLA LIAB X OCCUR CUP7J748484 10/1/2019 10/1/2020 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ In nnn $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N UB7J070308 10/3/2019 10/3/2020 X PER X OTH- STATUTE ER U.S.L.H. ANYPROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? ❑ NIA E.L. DISEASE - EA EMPLOYEE $ 500,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 500,000 A Professional Liability E000002720505 10/1/2019 10/1/2020 Per Claim 5,000,000 Claims Made Aggregate 5,000,000 Retro Date 11/2/2014 Deductible 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is an additional insured with respect to general liability, auto liability and umbrella liability. Endorsements available upon request. Waiver of Subrogation applies to general liability and workers compensation & employers liability. Explosion, Collapse & Underground hazard included in CGL. Explosion, Collapse & Underground hazard included in CGL. FOR INFORMATIONAL PURPOSES ONLY CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. FOR INFORMATIONAL PURPOSES ONLY 201 NORTH FRANKLIN ST, SUITE 400 TAMPA FL 33602 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Collier County Solicitation 20-7678 mr P�inistrativc &ervices�epar�m�it F'rcnarenwn1 SerncesOrrsim Form 6: Vendor Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Kisin eg r Campo & Associates, Corp. (KCA) (as shown on income tax return) Business Name-4if different from taxpayer name) Address 201 Franklin Street, Suite 400 City Tampa State Florida Zip 33602 Telephone 813.871.5331 Email pfoley@kcaeng.com Order Information (Must be filled out) Remit / Payment Information (Must be filled out) Address 201 N. Franklin Street, Suite 400 Address 201 N. Franklin Street, Suite 400 City Tampa State Florida Zip 33602 City Tampa State Florida Zip 33602 Email 2. Company Status (check only one) Email _Individual / Sole Proprietor X Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) C Enter the tax classification D=DisreL-arded Entity,— Cornoration. P—Partnership) 3. Taxpayer Identification Number (for tax reportingpurposes only) Federal Tax Identification Number (TIN)59-1677145 (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties ofneriurv. I certify that the information shown on this form is correct to my knowledge. Sig tore Paul Foley, PE Date 6/18/2020 Title CEO and President Phone Number 813.871.5331 1 /31 /2020 3:06 PM p. 31 Form W- V (Rev. October 2018) Department of the Treasury Internal Revenue Service Name (as snown on your Tab719 Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. ► Go to wwwJrs.gov/FormW9 for instructions and the latest information. ie tax return). Name is required on this line; do not leave this line blank. & Associates Corp. 2 Business name/disregarded entity name, 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation dS Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC the is disregarded from the owner should check the appropriate box for the tax classification of its owner. LJ Other (see instructions) ► 5 Address (number, street, and apt. or suite no.) See instructions. One Tampa City Center, 201 N. Franklin St., Suite 400 6 City, state, and ZIP code Tampa, FL 33602 7 List account number(s) here (optional) Identification 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside the U.S) Requester's name and address (optional) 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 (SSN). However, 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. F__n A"=M"MWAE■EEW zi l ueratication 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. ,Ign Signature of Here I U.S. person ► ✓ - Date ► 06/18/2020 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANTS (SMALL NON -CONSTRUCTION CONTRACTS <$150K) CFDA 14.218 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. Contractor means an entity that receives a contract. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general, 1) The contractor (including all subcontractors) must insert these contract provisions in each lower tier contracts (e.g. subcontract or sub -agreement); 2) The contractor (or subcontractor) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; 3) The prime contractor is responsible for compliance with these contract provisions by any subcontractor, lower -tier subcontractor or service provider. AUTHORITY Title I of the Housing and Community Development Act of 1974 (42 USC 5301 et seq.) Section 104(g) of Title 1 (24 CFR part 58) of the National Environmental Policy Act of 1969 24 CFR part 570 (Community Development Block Grants) 24 CFR part 50 or 24 CFR part 58, as applicable (Environmental Review Procedures) 2 CFR Part 200 CONTRACTOR COMPLIANCE OVERVIEW This project activity is funded in whole or in part by the Federal Government, or an Agency thereof. Federal Law requires that the Applicant's contracts relating to the project include certain provisions. Per uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a contract (including a purchase order FPC - 1 5/18/2020 3:01 PM p. 36 EXHIBIT I.A Collier County Solicitation 19-7663R FEDERAL CONTRACT PROVISIONS ® 1. Access to Records ❑ 2. Administrative, Contractual, or Legal Remedies ® 3. Affirmative Action (200.321) / Utilization of Minority and Women's Businesses ® 4. Affirmatively Furthering Fair Housing ® 5. Age Discrimination Act of 1975 ® 6. Civil Rights Compliance ® 7. Compliance with Federal Law, Regulations and Executive Orders ® 8. Conflict of Interest ❑ 9. Copyright and Patent Rights ® 10. Debarment and Suspension ® 11. Diversity ® 12. Energy Efficiency Standards ❑ 13. Environmental Compliance (Clean Air Act of 1970 and Clean Water Act of 1972) ® 14. Environmental Review Procedures (National Environmental Policy Act) ® 15. Equal Opportunity Policy and Provisions ® 16. E-Verify ❑ 17. Federal Labor Standards Provisions (Davis -Bacon Act, Contract Work Hours and Safety Standards Act, Copeland "Anti -Kickback" Act, ® 18. Grantee Recognition (Advertisement) ❑ 19. Guidance to Contractor for Compliance with Labor Standard Provisions ® 20. Historic Preservation ❑ 21. Lobbying Prohibition ® 22. No Third -Party Obligation by Federal Government ® 23. Nondiscrimination under Federal Grants and Programs (Section 504, Rehabilitation Act of 1973; Section 794, as amended ® 24. Procurement of Recovered Materials ® 25. Program Fraud and False or Fraudulent Statements of Related Acts ® 26. Record Keeping and Documentation ® 27. Religious Organizations ® 28. Retention of Records ❑ 29. Section 3 ® 30. Termination (Cause and Convenience) >$10K ® 31. Transparency Act ® 32. Uniform Relocation Assistance and Real Property Acquisition Act of 1970 ® 33. State Provisions FPC - 2 5/18/2020 3:01 PM p. 37 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS (PROVISIONS 1- 33) 1. ACCESS TO RECORDS The local government, the U.S. Department of Housing and Urban Development, the Comptroller General of the United States, the Chief Financial Officer of the State of Florida, the Auditor General of the State of Florida, the Florida Office of Program Policy Analysis and Government Accountability, and any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the contractor which are directly pertinent to this contract for the purpose of making audit, examination, excerpts, and transcriptions. 2. ADMINISTRATIVE, CONTRACTUAL, OR LEGAL REMEDIES (Ref. 41 U.S.C. 1908, 2 CFR § 200 Appendix II (A) Unless otherwise provided in this contract, all claims, counter -claims, disputes and other matters in question between the local government and the contractor, arising out of or relating to this contract, or the breach of it, will be decided by arbitration, if the parties mutually agree, or in a Florida court of competent jurisdiction. 3. AFFIRMATIVE ACTION (Utilization of Minority and Women Firms [M/WBE] (Presidential Executive Order 11246, September 24, 1966) The contractor shall take all necessary affirmative steps to assure that M/WBE firms are utilized when possible as suppliers and/or subcontractors, as applicable. Prior to contract award, the contractor shall document efforts to utilize M/WBE firms, including identifying what firms were solicited as suppliers and/or subcontractors, as applicable. Information regarding certified M/WBE firms can be obtained from: Florida Department of Management Services, Office of Supplier Diversity, Florida Department of Transportation (construction services, particularly highway), Minority Business Development Center in most major cities, and Local government M/WBE programs in many large counties and cities. A firm recognized as an M/WBE by any of the above agencies is acceptable for the CDBG program. 4. AFFIRMATIVELY FURTHERING FAIR HOUSING (Title VIII of the Fair Housing Act of 1968 (42 U.S.C. 3601-3619, and implanting regulations; 24 CFR Parts 5, 91, et aL ) This contract will be conducted and administered in conformity with the Fair Housing Act (42 U.S.C. 3601- 3619) and implementing regulations. 5. AGE DISCRIMINATION ACT OF 1975 (24 CFR part 146) This Act prohibits discrimination based upon age in federally assisted and funded programs or activities, except in limited circumstances. 6. CIVIL RIGHTS COMPLIANCE The Contractor agrees to comply with applicable County and State civil rights ordinances and Title VI of the Civil Rights Act of 1964 as amended, Title VII of the 1968 Civil Rights Act, as amended by the Equal Employment Opportunity Act of 1972, Title VIII of the Civil Rights Act of 1968 as amended, Section 104(b) and Section 109 of Title I of the Housing and Community Development Act of 1974 as amended, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Age Discrimination Act of 1975, Executive Order 11063, and Executive Order 11246 as amended by Executive Orders 11375, 11478, 12107 and 12086. Title VI of the Civil Rights Act of 1964. The Contractor shall comply with Title VI of the Civil Rights Act of 1964 which prohibits all recipients of federal financial assistance from discriminating based on race, color, or national origin. Title VI applies to any program or activity receiving federal financial assistance, not just housing. FPC - 3 5/18/2020 3:01 PM p. 38 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 7. COMPLIANCE WITH FE LAW, RE ATIONS AND E IVE ORDE This is an acknowledgement that HUD financial assistance will be used to fund the contract. The contractor will comply will all applicable federal law, regulations, executive orders, HUD policies, procedures, and directives. 8. CONFLICT OF INTEREST OF OFFICE OYE THE OCAL JURISDICTION, ME OF THE LOCAL GOVE NG BODY, OR OTHE PUBLIC OFFICIALS No officer or employee of the local jurisdiction or its designees or agents, no member of the governing body, and no other public official of the locality who exercises any function or responsibility with respect to this contract, during his/her tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed. Further, the Contractor shall cause to be incorporated in all subcontracts the language set forth in this paragraph prohibiting conflict of interest. 9. COPYRIGHT AND PATE RIGHTS No reports, maps, or other documents produced in whole or in part under this contract shall be the subject of an application for copyright by or on behalf of the contractor. The US Department of Housing and Urban Development and the grantee shall possess all rights to invention or discovery, as well as rights in data which may arise as a result of the contractor's services. 10. DE ANSI SUSPE ON (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. §180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered trans action it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." Verification will be checked through the excluded parties system list atwww.sam.gov. R911. DIVE TY (Reference 2 CFR § 200.321) The County is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service -disabled veteran business enterprises. All contracting and subcontracting opportunities afforded by this solicitation/contract are strongly encouraged to contribute as both Contractors and Sub -Contractors. Firms may be required to submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service -disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service -Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: http://dms.myflorida.com/other programs/office_of supplier_diversity_osd/ 12. ENE EFFICIE STANDARDS The contractor shall comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan and issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). FPC-4 5/18/2020 3:01 PM p. 39 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 13. ENVIRONMENTAL COMPLIANCE If this contract exceeds $100,000, the Contractor shall comply with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and U.S. Environmental Protection Agency regulations (40 C.F.R. Part 15). The contractor shall include this clause in any subcontracts over $100,000. 14. ENVIRONMENTAL REVIEW PROCEDURES (National Environmental Policy Act) The environmental review procedures set forth at 24 CFR part 58 must be completed for each activity (or project as defined in 24 CFR part 58), as applicable. 15. EQUAL OPPORTUNITY POLICY AND PROVISIONS A. Activities and Contracts Not Subiect to Executive Order 11246, as Amended (Applicable to Federally assisted construction contracts and related subcontracts $10,000 and under.) During the performance of this contract, the Contractor agrees as follows: (1) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure that applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation , gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. (2) The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contracting Officer seeking forth the provisions of this nondiscrimination clause. The Contractor shall state that all qualified applicants be considered without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) Contractors shall incorporate foregoing requirements in all subcontracts. B. Executive Order 11246, as Amended (through 2014), Section 202 Equal Opportunity Clause (Applicable to contracts/subcontracts above $10,000) During the performance of this contract, the contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment, or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation FPC - 5 5/18/2020 3:01 PM p. 40 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information." (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the a g e n c y contracting officer advising the said labor union or worker's representatives of the Contractor's commitment under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and by the Rules, Regulations, and Relevant Orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the Provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the contractor may request the United States to enter into such litigation to protect the interests of the United States. C. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246). (Applicable to construction contracts/subcontracts exceeding $10,000.) (a) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (b) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Female participation: 6.9% (statewide) Minority participation: 17.1 % Collier County These goals are applicable to all Contractor's construction work (whether or not it is federally- assisted) performed in the covered area. If the Contractor performs construction work in a geographic area located outside of the covered area, it shall apply the goals established for such geographic area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non -Federally involved construction. FPC - 6 5/18/2020 3:01 PM p. 41 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS The Contractor's c o m p I i a n c e with Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3 (a), and its efforts to meet the goals established or the geographic area where the contract resulting from his solicitation is to be performed. The hours of minority and female employment or training must be substantially uniform throughout the length of the contract and in each trade the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the County within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. Contact Information: Collier County Government—CHS Section 3 Manager 3339 East Tamiami Trail E, STE 211 Ms. Kristi Sonntag Naples, Florida 34112 Telephone: 239-252-2486 Telephone 239-252-2273 kristiSonntag@colliergov.net Fax 239-252-2638 http://www.colliergov.net/your-governmenVdivisions-a-e/community-and-human-services (d) As used in this Notice, and in the contract resulting from the solicitation, the "covered area" is the county in which the contract work is being undertaken. D. 41 CFR 60-4.3 Equal Opportunity Clauses (a). The equal opportunity clause published at 41 CFR 60-1.4(a) of this chapter is required to be included in, and is part of, all nonexempt Federal contracts and subcontracts, including construction contracts and subcontracts. The equal opportunity clause published at 41 CFR 60-1.4(b) is required to be included in, and is a part of, all nonexempt federally assisted construction contracts and subcontracts. In addition to the clauses described above, all Federal contracting officers, all applicants and all nonconstruction contractors, as applicable, shall include the specifications set forth in this section in all Federal and federally assisted construction contracts in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to § 60-4.6 of this part and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of nonconstruction Federal contracts and subcontracts covered under the Executive order. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246). As used in these specifications: A. "Covered area" means the geographical area described in the solicitation from which this contract resulted; B. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. "Employer identification number" means the Federal Social Security number used on the Employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941. D. "Minority" includes: (I) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); FPC - 7 5/18/2020 3:01 PM p. 42 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS (II) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central, or South American or other Spanish Culture or origin, regardless of race); (III) Asian and Pacific Islander (all persons having o r i g i n s in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Island); and (IV) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not execuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs (7) (A) through (P). of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing contracts in geographical areas where they do not have a Federal or Federally -assisted construction contract shall apply the minority and female goals established for the geographic area where the contract is being performed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under t h e s e s p e c i f i c a t i o n s, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. 7. The Contractor shall t a k e s p e c i f i c a f f i r m a t i v e actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensively as the following: (a) Ensure and maintain a working environment free of harassment, intimidation, and coercion al all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall FPC-8 5/18/2020 3:01 PM p. 43 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. (c) Maintain a current file of the names, addresses, and telephone n u m b e r s of each m i n o r i t y a n d female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7.(b) above. (f) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female recruitment students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 0) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. FPC-9 5/18/2020 3:01 PM p. 44 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR 60-3. (1) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. (n) Ensure that all facilities and company activities are nonsegregated except that separate or single - user toilet and necessary changing facilities shall be provided to assure privacy between the sexes (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisors adherence to and performance under the Contractor's EEO policies and affirmative action obligations. (q) Become familiar with the HUD "Questions and Answers on Sexual Harassment under the Fair Housing Act." And request a copy from the County if needed. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7) (a) through (p). The efforts of a contractor association, joint contractor - union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under (7) (a) through (p) of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out sections and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. FPC - 10 5/18/2020 3:01 PM p. 45 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensively as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its effort to ensure equal employment opportunity. If the Contractor fails to comply with the requirement of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractors h a I I designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee, the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number where assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance and upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E. Certification of Non -Segregated Facilities (Construction Contracts over $10,000) The contractor does not maintain or provide for its employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit employees to perform their services at any location, under its control, where segregated facilities are maintained. The contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants, and other eating areas, time clocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, orotherwise. The contractor further agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods). F. Civil Rights Act of 1964 Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. G. Section 109 of the Housing and Community Development Act of 1974 No person in the United States shall on the grounds of race, color, national original, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. H. Section 503 Handicapped (Contracts $2,500 or Over) (1)The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in FPC - 11 5/18/2020 3:01 PM p. 46 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (2) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (3) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (4) The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (5) The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (6) The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. I. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. J. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor-management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) "Genetic information" includes information about an individual's genetic tests and the genetic tests of an individual's family members, as well as information about the manifestation FPC - 12 5/18/2020 3:01 PM p. 47 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS of a disease or disorder in an individual's family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. Section 503 Handicapped (Contracts $2,500 or Over) (7) The Contractor will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The Contractor agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. (8) The Contractor agrees to comply with the rules, regulations and relevant orders of the Secretary of Labor issued pursuant to the Act. (9) In the event of the Contractor's noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with the rules, regulations, and relevant orders of the Secretary of Labor issued pursuant to the Act. (10)The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Director, provided by or through the contracting officer. Such notices shall state the Contractor's obligation under the law to take affirmative action to employ and advance in employment qualified handicapped employees and applicants for employment, and the rights of applicants and employees. (11)The Contractor will notify each labor union or representative of workers with which it has a collective bargaining agreement or their contract understanding, that the contractor is bound by the terms of Section 503 of the Rehabilitation Act of 1973, and is committed to take affirmative action to employ and advance in employment physically and mentally handicapped individuals. (12)The Contractor will include the provisions of this clause in every subcontract or purchase order of $2,500 or more unless exempted by rules, regulations, or orders of the Secretary issued pursuant to Section 503 of the Act, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the Director of the Office of Federal Contract Compliance Programs may direct to enforce such provisions, including action for noncompliance. J. Age Discrimination in Employment Act of 1967, as Amended It shall be unlawful for an employer- (1) to fail or refuse to hire or to discharge any individual or otherwise discriminate against any individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's age; (2) to limit, segregate, or classify his employees in any way which would deprive or tend to deprive any individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's age; or (3) to reduce the wage rate of any employee in order to comply with this chapter. K. Title II of the Genetic Information Nondiscrimination Act of 2008 (GINA) (1) Under Title II of the Genetic Information Nondiscrimination Act, it is illegal to discriminate against employees or applicants because of genetic information. Employers are prohibited FPC - 13 5/18/2020 3:01 PM p. 48 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS from using genetic information in making employment decisions. GINA restricts employers and other entities covered by Title II (employment agencies, labor organizations and joint labor- management training and apprenticeship programs - referred to as "covered entities") from requesting, requiring or purchasing genetic information, and strictly limits the disclosure of genetic information. The law forbids discrimination on the basis of genetic information when it comes to any aspect of employment, including hiring, firing, pay, job assignments, promotions, layoffs, training, fringe benefits, or any other term or condition of employment. (2) "Genetic information" includes information about an individual's genetic tests and the genetic tests of an individual's family members, as well as information about the manifestation of a disease or disorder in an individual's family members (i.e. family medical history). Family medical history is included in the definition of genetic information because it is often used to determine whether someone has an increased risk of getting a disease, disorder, or condition in the future. 16. E-VERIFY (Presidential Executive Order 12989; Florida Executive Order Number 11-116) Vendors/Contractors/Subcontracts: 1. Agree to utilize the U.S. Department of Homeland Security's E-verify system to verify the employment of all new employees hired by Contractor during the contract term; and 2. Contractor shall include in related subcontracts a requirement that Subcontractors performing work or providing services pursuant to the state contract utilize the E-verify system to verify employment eligibility of all new employees hired by the Subcontractor during the contract term. 17. FEDERAL LABOR STANDARDS PROVISIONS (Davis -Bacon Act, Copeland Anti -Kickback Act, and Contract Work Hours & Safety Standards Act) The Project to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. (1) (a) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. FPC - 14 5/18/2020 3:01 PM p. 49 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS HUD shall approve an additional classification and wage rate and fringe benefits; therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (1i) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, employment Standards Administration, U. S. Department of Labor, Washington, D. C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iii) In the event that the Contractor, the laborers or mechanics to be employed in the Classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designed for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that the additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 215-0140.) (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (b)(ii) or of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (d) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (2) Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees FPC - 15 5/18/2020 3:01 PM p. 50 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS and helpers employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD, or its designee may, after written notice to the contractor, sponsor, applicant, or owners, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller G e n e ra I s h a I I m a k e s u c h disbursements in the case of direct Davis -Bacon Act contracts. (3) (a) Payrolls and Basic Records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall m intain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (b) (i) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owners, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(1). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014- 1), U. S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance", signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5 (a)(3)(1) 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 FPC - 16 5/18/2020 3:01 PM p. 51 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (iii) The weekly submission of a properly executed certification set forth on the reverse side of Option Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A(3)(b)(ii) of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (c) The contractor or subcontractor shall make the records required under paragraph A(3)(a) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) (a) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program, shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with the determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency FPC - 17 5/18/2020 3:01 PM p. 52 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U. S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. (ii) Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program the contract will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. (5) Compliance with Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contract shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination, Debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5 are herein incorporated by referenced in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor (USDOL) set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the USDOL, or the employees or their representatives. FPC - 18 5/18/2020 3:01 PM p. 53 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS (10) (a) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis - Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (c) The penalty for making false statements is prescribed in the U. S. Criminal Code, 18 U. S. C. 1001. Additionally, U. S. Criminal Code, Section 1010, Title 18, U. S. C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of ... influencing in any way the action of such Administration ... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." (11) Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in the paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in FPC - 19 5/18/2020 3:01 PM p. 54 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54.83 State 96). (3) The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. 18. GRANTEE RECOGNITION (ADVERTISEMENT/PUBLIC NOTICE) All facilities purchased or constructed pursuant to this Agreement shall be clearly identified as to the funding source. The Contractor will mount a temporary construction sign for projects funded by Housing Urban Development through Collier County Community and Housing Services. The design concept is intended to disseminate key information regarding the development team as well as Equal Housing Opportunity to the general public. The Construction sign shall comply with applicable County codes. 19. GUIDANCE TO CONTRACTOR FOR COMPLIANCE WITH LABOR STANDARDS PROVISIONS A. Contracts with Two Wage Decisions If the contract includes two wage decisions, the contractor, and each subcontractor who works on the site, must submit either two separate payrolls (one for each wage decision) or one payroll which identifies each worker twice and the hours worked under each wage decision. One single payroll, reflecting each worker once, may be submitted provided the Contractor uses the higher rate in the wage decisions for each identical job classification. However, where a job classification is not listed in a wage decision and is needed for that portion of the work, the classification must be added to the wage decision. A worker may not be paid at the rate for a classification using the hourly rate for that same classification in another wage decision. After the additional classification is approved, the contractor may pay the higher of the two rates and submit one payroll, if desired. B. Complying with Minimum Hourly Amounts (1) The minimum hourly amount due to a worker in each classification is the total of the amounts in the "Rates" and "Fringe Benefits" (if any) columns of the applicable wage decision. (2) The contractor may satisfy this minimum hourly amount by any combination of cash and bona fide fringe benefits, regardless of the individual amounts reflected in the "Rates" and "Fringe Benefits" columns. FPC - 20 5/18/2020 3:01 PM p. 55 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS (3) A contractor payment for a worker which is required by law is not a fringe benefit in meeting the minimum hourly amount due under the applicable wage decision. For example, contractor payments for FICA or unemployment insurance are not a fringe benefit; however, contractor payments for health insurance or retirement are a fringe benefit. Generally, a fringe benefit is bona fide if (a) it is available to most workers and (b) involves payments to a third party. (4) The hourly value of the fringe benefit is calculated by dividing the contractor's annual cost (excluding any amount contributed by the worker) for the fringe benefit by 2080. Therefore, for workers with overtime, an additional payment may be required to meet the minimum hourly wages since generally fringe benefits have no value for any time worked over 40 hours weekly. (If a worker is paid more than the minimum rates required by the wage decision, this should not be a problem. As long as the total wages received by a worker for straight time equals the hours worked times the minimum hourly rate in the wage decision, the requirement of the Davis -Bacon and Related Acts has been satisfied.) C. Overtime For any project work over 40 hours weekly, a worker generally must be paid 150% of the actual hourly cash rate received, not the minimum required by the wage decision. (The Davis -Bacon and related acts only establish minimum rates and does not address overtime; the Contract Work Hours Act contains the overtime requirement and uses "basic rate of pay" as the base for calculation, not the minimum rates established by the Davis -Bacon and related acts.) D. Deductions Workers who have deductions, not required by law, from their pay must authorize these deductions in writing. The authorization must identify the purpose of each deduction and the amount, which may be a specific dollar amount or a percentage. A copy of the authorization must be submitted with the first payroll containing the deduction. If deducted amounts increase, another authorization must be submitted. If deducted amounts decrease, no revision to the original authorization is needed. Court -ordered deductions, such as child support, may be identified by the responsible payroll person in a separate document. This document should identify the worker, the amount deducted and the purpose. A copy of the court order should be submitted. E. Classifications Not Included in the Wage Decision If a classification not in the wage decision is required, please advise the owner's representative in writing and identify the job classification(s) required. In some instances, the State agency may allow the use of a similar classification in the wage decision. Otherwise, the contractor and affected workers must agree on a minimum rate, which cannot be lower than the lowest rate for any trade in the wage decision. Laborers (including any subcategory of the laborer classification) and truck drivers are not considered a trade for this purpose. If the classification involves a power equipment operator, the minimum cannot be lower than the lowest rate for any power equipment operator in the wage decision. The owner will provide forms to document agreement on the minimum rate by the affected workers and contractor. The USDOL must approve the proposed classification and rate. The contractor may pay the proposed rate until the USDOL makes a determination. Should the USDOL require a higher rate, the contractor must make wage restitution to the affected worker(s) for all hours worked under the proposed rate. F. Supervisory Personnel Foremen and other supervisory personnel who spend at least 80% of their time supervising workers are not covered by the Davis -Bacon and Related Acts. Therefore, a wage decision will not include such supervisory classifications and their wages are not subject to any minimums under the Davis -Bacon and Related Act or overtime payments under the Contract Work Hours and Safety Standards Act. However, foremen and other supervisory personnel who spend less than 80% of their time engaged in supervisory activities are considered workers/mechanics for FPC - 21 5/18/2020 3:01 PM p. 56 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS the time spent engaged in manual labor and must be paid at least the minimum in the wage decision for the appropriate classification(s) based on the work performed. G. Sole Proprietorships / Independent Contractors / Leased Workers The nature of the relationship between a prime contractor and a worker does not affect the requirement to comply with the labor standards provisions of this contract. The applicability of the labor standards provisions is based on the nature of the work performed. If the work performed is primarily manual in nature, the worker is subject to the labor standards provisions in this contract. For example, if John Smith is the owner of ABC Plumbing and performs all plumbing work himself, then Mr. Smith is subject to the labor standards provisions, including minimum wages and overtime. His status as "owner" is irrelevant for labor standards purposes. If a worker meets the IRS standards for being an independent contractor, and is employed as such, this means that the worker must submit a separate payroll as a subcontractor rather than be included on some other payroll. The worker is still subject to the labor standards provisions in this contract, including minimum wages and overtime. If a contractor or subcontractor leases its workers, they are subject to the labor standards provisions in this contract, including minimum wages and overtime. The leasing firm must submit payrolls and these payrolls must reflect information required to determine compliance with the labor standards provisions of this contract, including a classification for each worker based on the nature of the work performed, number of regular hours worked, and number of overtime hours worked. H. Apprentices/Helpers A worker may be classified as an apprentice only if participating in a federal or state program. Documentation of participation must be submitted. Generally, the apprentice program specifies that the apprentice will be compensated at a percentage of the journeyman rate. For Davis -Bacon Act purposes, the hourly rate cannot be lower than the percentage of the hourly rate for the classification in the applicable wage decision. If the worker does not participate in a federal or state apprentice program, then the worker must be classified according to duties performed. This procedure may require classification in the "trade" depending on tools used, or as a laborer if specialized tools of the trade are not used. The contractor may want to consult with the Wage and Hour Division of the U.S. Department of Labor located in most large cities regarding the appropriate classification. Presently, no worker may be classified as a "helper". As with apprentices not participating in a formal apprentice program, the worker must be classified according to duties performed and tools used. 20. HISTORIC PRESERVATION The Contractor shall comply with the historic preservation requirements of 24 CFR 58.17 and the Secretary of the Interior's Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings and with all other environmental regulatory requirements. D. Historic Preservation: The contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 USC 470) and the procedures set forth in 36 CFR 800, Advisory Council on Historic reservation Procedures for Protection of Historical Properties. 21. LOBBY PROHIBITION (a) No funds or other resources received from the Department under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The contractor/vendor certifies, by its signature to this Agreement, that to the best of his or her knowledge and belief; FPC - 22 5/18/2020 3:01 PM p. 57 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Recipient, to any person for influencing or attempting to influence an officer or employee of any agency," a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Recipient shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying." The contractor/vendor shall require that this certification be included in the award documents for all subawards (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 22. NO THIRD -PARTY OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 23. NONDISCRIMINATION UNDER FEDERAL GRANTS AND PROGRAMS (Section 504, Rehabilitation Act of 1973; 29 USC § 794) a) Section 504 prohibits discrimination based upon disability in all programs or activities operated by recipients of federal financial assistance. b) Section 794. No otherwise qualified individual with a disability in the United States, as defined in section 705(20) of this title, shall, solely by reason of her or his disability, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance or under any program or activity conducted by any Executive agency. 24. PROCUREMENT OF RECOVERED MATERIALS (Reference 2 CFR § 200.322) Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/. The list of EPA -designate items is available at https://www.epa.gov/smm/comprehensive-procurement-guideline-cpq-program. 25. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OF RELATED ACTS The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor's actions pertaining to this contract. 26. RECORD KEEPING AND DOCUMENTATION The Recipient, its employees or agents, including all contractors, subcontractors or consultants to be paid from funds under this Agreement, shall allow access to its records at reasonable times to the Departments, its employees and agents. "Reasonable" shall ordinarily mean during normal FPC - 23 5/18/2020 3:01 PM p. 58 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS business hours of 8am to 5pm local time, on Monday through Friday. "Agents" shall include, but not be limited to, auditors retained by the Department. i. The Contractor shall maintain all records required by the grantor. ii. All reports, plans, surveys, information, documents, maps and other data procedures developed, prepared, assembled, or completed by the Contractor for the purpose of this Agreements shall be made available to the County by the Contractor at any time upon request by the County or HUD. Upon completion of all work contemplated under this agreement copies of all documents and records relating to this agreement shall be surrendered to the County if requested. In any event the sub -recipient shall keep all documents for six (6) years after the expiration of this agreement. 27. RELIGIOUS ORGANIZATIONS CDBG funds may not be used for religious activities or provided to primarily religions organizations. Section 24 CFR 570.2000) specifies the limitations on CDBG funds. 28. RETENTION OF RECORDS The contractor shall retain all records relating to this contract for six years after the local government makes final payment and all other pending matters are closed. 29. "SECTION 3" TRAINING, EMPLOYMENT AND BUSINESS OPPORTUNITIES (1) The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12U.S.C. 1701 u (section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. (2) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. (3) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the S ection 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. (4) The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. (5) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. (6) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of FPC - 24 5/18/2020 3:01 PM P. 59 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS this contract for default, and debarment or suspension from future HUD assisted contracts. (7) With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with S ection 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 30. TERMINATION FOR CAUSE AND / OR CONVENIENCE (OVER $10K) 2. TERMINIATION FOR CAUSE AND / OR CONVENIENCE A. This contract may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this contract through no fault of the terminating party, provided that no termination may be effected unless the other party is given: (1) not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate; and (2) an opportunity for consultation with the terminating party prior to termination. B. This contract may be terminated in whole or in part in writing by the local government for its convenience, provided that the other party is afforded the same notice and consultation opportunity specified in 1.(A) above. C. If termination for default is effected by the local government, an equitable adjustment in the price for this contract shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other work, and (2) any payment due to the contractor at the time of termination may be adjusted to cover any addit ional costs to the local government because of the contractor's default. If termination for convenience is effected by the local government, the equitable adjustment shall include a reasonable profit for services or other work performed for which profit has not already been included in an invoice. For any termination, the equitable adjustment shall provide for payment to the contractor for services rendered and expenses incurred prior to receipt of the notice of intent to terminate, in addition to termination settlement costs reasonably incurred by the contractor relating to commitments (e.g., suppliers, subcontractors) which had become firm prior to receipt of the notice of intent to terminate. D. Upon receipt of a termination action under paragraphs (a) or (b) above, the contractor shall (1) promptly discontinue all affected work (unless the notice directs otherwise) and (2) deliver or otherwise make available to the local government all data, drawings, reports specifications, summaries and other such information, as may have been accumulated by the contractor in performing this contract, whether completed or in process. E. Upon termination, the local government may takeover the work and may award another party a contract to complete the work described in this contract. F. If, after termination for failure of the contractor to fulfill contractual obligations, it is determined that the contractor had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of the local government. In such event, adjustment of the contract price shall be made as provided in paragraph (c) above. FPC - 25 5/18/2020 3:01 PM p. 60 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 31. TRANSPARE ACT Unless exempt under 2 CFR § 170.11 O(b), the Contractor shall comply with the reporting requirements of the Transparency Act as expressed in 2 CFR Part 170. 32. UNIFORM RE OCATION ASSISTANCE AND RE PROPERTY ACQUISITION ACT OF 1970 The Contractor shall certify they have in effect and are following a Residential Antidisplacement and Relocation Assistance Plan (RARAP) and comply with the Section 104(d) and implementing regulation 24 CFR Part 42 for Federal or federally funded projects. FPC - 26 5/18/2020 3:01 PM p. 61 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS STATE CONTRACT PROVISIONS Administrative Procedures Act, Section 120.57(2), F.S. Additional procedures for particular cases. In a matter initiated as a result of agency action proposing to determine the substantial interests of a party, the party's timely petition for hearing may challenge the proposed agency action based on a rule that is an invalid exercise of delegated legislative authority or based on an alleged unadopted rule. Discriminatory Vendors List, Section 287.134, F.S. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. Equal Employment Opportunity The Contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The Agency will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, or national origin. Such action shall include, but not be limited to, the following: Employment upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractors must insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. Inspector General Cooperation The Parties agree to comply with Section 20.055(5), Florida Statutes, for the inspector general to have access to any records, data and other information deemed necessary to carry out his or her duties and incorporate into all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. Interest of Members of Congress No member of or delegate to the Congress of the United States shall be admitted to any share or part of this contract or to any benefit arising therefrom. Interest of Public Officials No member, officer, or employee of the public body or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. For purposes of this provision, public body shall include municipalities and other political subdivisions of States; and public corporations, boards, and commissions established under the laws of any State. No member, officer, or employee of the County or of a local public body during his tenure or for two years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. Lobbying No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or a state agency. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service, or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes. Public Entity Crime a) No member, officer or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or FPC - 27 5/18/2020 3:01 PM p. 62 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Restrictions, Prohibits, Controls, and Labor Provisions During the performance of this contract, the following provisions are to be included in each subcontract entered into pursuant to this contract: a) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b) In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. c) An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non -responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the County. d) Neither the County nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the County or the locality during tenure or for two (2) years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the County, the County, with prior approval of the Florida Department of Transportation, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Agency or the locality relating to such contract, subcontract or arrangement. The County shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts, the following provision: "No member, officer or employee of the Agency or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." FPC - 28 5/18/2020 3:01 PM p. 63 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. 31. 32. STATE AND FEDERAL STATUTES AND REGULATIONS By signature of this Agreement, the contractor hereby certifies that it will comply with the following (as applicable) federal and state requirements: Community Development Block Grant Disaster Recovery Emergency Rule 9BER09-2; The Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act of 1975 (42 U.S.C., s. 6901 et.seq.); Florida Small and Minority Business Act, s. 288.702- 288.714, F.S.; Florida Coastal Zone Protection Act, s. 161.52- 161.58, F.S.; Local Government Comprehensive Planning and Land Development Regulation Act, Ch. 163, F.S.; Title I of the Housing and Community Development Act of 1974, as amended Treasury Circular 1075 regarding drawdown of CDBG funds. Sections 290.0401-290.049, F.S.; Rule Chapter 9B-43, Fla. Admin. Code.; 10. Department of Community Affairs Technical Memorandums; HUD Circular Memorandums applicable to the Small Cities CDBG Program; Single Audit Act of 1984; National Environmental Policy Act of 1969 and other provisions of law which further the purpose of this Act; National Historic Preservation Act of 1966 (Public Law89- 665) as amended and Protection of Historic Properties (24C.F.R. Part 800); Preservation of Archaeological and Historical Data Act of 1966; Executive Order 11593 - Protection and Enhancement of Cultural Environment; Reservoir Salvage Act; Safe Drinking Water Act of 1974, as amended; Endangered Species Act of 1958, as amended; Executive Order 12898 - Environmental Justice Executive Order 11988 and 24 C.F.R. Part 55 - Floodplain Management; The Federal Water Pollution Control Act of 1972, as amended (33 U.S.C., s. 1251 et. seq.); Executive Order 11990 -Protection of Wetlands; Coastal Zone Management Act of 1968, as amended; Wild and Scenic Rivers Act of 1968, as amended; Clean Air Act of 1977; HUD Environmental Standards (24 C.F.R. Part 58); Farmland Protection Policy Act of 1981; Clean Water Act of 1977; Davis- Bacon Wage Rate Act; Contract Work Hours and Safety Standards Act of 1962, 40 U.S.C. s. 327 et. seq; Florida Statute 287.134, Discriminatory Vendors List 33. The Wildlife Coordination Act of 1958, as amended; Noise Abatement and Control: Departmental Policy Implementation, Responsibilities, and Standards, 24 C.F.R. Part 51, Subpart B; 34. Flood Disaster Protection Act of 1973, P.L 92-234; 35. Protection of Historic and Cultural Properties under HUD Programs, 24 C.F.R. Part 59; 36. Coastal Zone Management Act of 1972, P.L 92-583; 37. Architectural and Construction Standards; 38. Architectural Barriers Act of 1968,42 U.S.C. 4151; 39. Executive Order 11296, relating to evaluation of flood hazards; 40. Executive Order 11288. relating to prevention, control and abatement of water pollution; 41. Cost -Effective Energy Conservation Standards, 24 C.P.R. Part 39; 42. Section 8 Existing Housing Quality Standards, 24 C.F.R. Part 882; 43. Coastal Barrier Resource Act of 1982; 44. Federal Fair Labor Standards Act, 29 U.S.C., s.201 et. seq.; 45. Title VI of the Civil Rights Act of 1964 Non discrimination; 46. Title VII of the Civil Rights Act of 1968 Non- discrimination in housing; 47. Age Discrimination Act of 1975; 48. Executive Order 12892- Fair Housing 49. Section 109 of the Housing and Community Development Act of 1974, Non-discrimination; 50. Section 504 of the Rehabilitation Act of 1973 and 24 C.F.R. Part 8; 51. Executive Order 11063 - Equal Opportunity in Housing; 52. Executive Order 11246- Nondiscrimination; 53. Section 3 of the Housing and Urban Development Act of 1968, as amended - Employment Training of Lower Income Residents and Local Business Contracting; 54. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L., 100-17, and 49 C.F.R. Part 24; 55. Copeland Anti -Kickback Act of 1934; Hatch Act; 56. Title N Lead -Based Paint Poisoning Prevention Act (42 U.S.C., s. 1251 et. seq.); 57. OMB 2 CFR Part 200 58. Administrative Requirements for Grants, 24 C.F.R. Part 85; 59. Section 02 of the Department of Housing and Urban Development Reform Act of 1989 and 24 C.F.R. Part 12. FPC - 29 5/18/2020 3:01 PM p. 64 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS SECTION 3 REQUIREMENTS What is Section 3? Section 3 is a provision of the Housing and Urban Development (HUD) Act of 1968 that helps foster local economic development, neighborhood economic improvement, and individual self-sufficiency. The Section 3 program requires that recipients of certain HUD financial assistance, to the greatest extent feasible, provide job training, employment, and contracting opportunities for low- or very -low income residents in connection with projects and activities in their neighborhoods. How does Section 3 promote self- sufficiency? Section 3 is a starting point to obtain job training, employment and contracting opportunities. From this integral foundation coupled with other resources comes the opportunity for economic advancement and self- sufficiency. • Federal, state and local programs • Advocacy groups • Community and faith -based organizations How does Section 3 promote homeownership? Section 3 is a starting point to homeownership. Once a Section 3 resident has obtained employment or contracting opportunities they have begun the first step to self-sufficiency. Remember, "It doesn't have to be fields of dreams". Homeownership is achievable. For more information visit our HUD website. Who are Section 3 residents? Section 3 residents are: • Public housing residents or • Persons who live in the area where a HUD -assisted project is located and who have a household income that falls below HUD's income limits as provided below. SECTION 3 INCOME LIMITS (FY 2019 Income Limits from www.huduser.org) All residents of public housing developments and those participating on the Section 8 program qualify as Section 3 residents. Additionally, individuals residing in Collier County who meet the income limits set forth below also qualify for Section 3 status. A picture identification and proof of current residency is required. Eligibility Guidelines Number in Household Very low-income 50% Low income 80% 1 person $27,450 $43,900 2 person $31,350 $50,150 3 person $35,250 $56,400 4 person $39,150 $62,650 5 person $42,300 $67,700 6 person $45,450 $72,700 7 person $48,550 $77,700 8 person $51,700 $82.700 Determining Income Levels • Low income is defined as 80% or below the median income of that area. • Very low income is defined as 50% or below the median income of that area. What is a Section 3 business concern? A business that: • Is 51 percent or more owned by Section 3 residents; • Employs Section 3 residents for at least 30 percent of its full-time, permanent staff; or • Provides evidence of a commitment to subcontract to Section 3 business concerns, 25 percent or more of the dollar amount of the awarded contract. FPC - 30 5/18/2020 3:01 PM p. 65 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS What programs are covered? Section 3 applies to HUD -funded Public and Indian Housing assistance for development, operating, and modernization expenditures. Section 3 also applies to certain HUD -funded Housing and Community Development projects that complete housing rehabilitation, housing construction, and other public construction. What types of economic opportunities are available under Section 3? • Job training • Employment • Contracts Any employment resulting from these expenditures, including administration, management, clerical support, and construction, is subject to compliance with Section 3. Examples of Opportunities include but not limited to the list identified: • Accounting • Iron Works • Architecture • Janitorial • Appliance repair • Bookkeeping • Bricklaying • Carpentry • Carpet Installation • Catering • Cement/Masonry • Computer/Information • Demolition • Drywall • Elevator Construction • Engineering • Fencing • Florists • Heating • Landscaping • Machine Operation • Manufacturing • Marketing • Painting • Payroll Photography • Plastering • Plumbing • Printing Purchasing • Research • Surveying • Tile setting • Transportation • Word processing FPC-31 5/18/2020 3:01 PM p. 66 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS Who will award the economic opportunities? Recipients of HUD financial assistance will award the economic opportunities. They and their contractors and subcontractors are required to provide, to the greatest extent feasible, economic opportunities consistent with existing Federal, State, and local laws and regulations. Who receives priority under Section 3? For training and employment: • Persons in public and assisted housing • Persons in the area where the HUD financial assistance is spent • Participants in HUD Youthbuild programs • Homeless persons For contracting: Businesses that meet the definition of a Section 3 business concern How can businesses find Section 3 residents to work for them? Businesses can recruit Section 3 residents in public housing developments and in the neighborhoods where the HUD assistance is being spent. Effective ways of informing residents about available training and job opportunities are: • Contacting resident organizations, local community development and employment agencies • Distributing flyers • Posting signs • Placing ads in local newspapers Are recipients, contractors, and subcontractors required to provide long- term employment opportunities, not simply seasonal or temporary employment? Recipients are required, to the greatest extent feasible, to provide all types of employment opportunities to low and very low-income persons, including permanent employment and long-term jobs. Recipients and contractors are encouraged to have Section 3 residents make up at least 30 percent of their permanent, full-time staff. A Section 3 resident who has been employed for 3 years may no longer be counted towards meeting the 30 percent requirement. This encourages recipients to continue hiring Section 3 residents when employment opportunities are available. What if it appears an entity is not complying with Section 3? There is a complaint process. Section 3 residents, businesses, or a representative for either may file a complaint if it seems a recipient is violating Section 3 requirements are being on a HUD -funded project. Will HUD require compliance? Yes. HUD monitors the performance of contractors, reviews annual reports from recipients, and investigates complaints. HUD also examines employment and contract records for evidence that recipients are training and employing Section 3 residents and awarding contracts to Section 3 businesses. FCP-32 5/18/2020 3:01 PM p. 67 Collier County Solicitation 19-7663R EXHIBIT LA FEDERAL CONTRACT PROVISIONS How can Section 3 residents or Section 3 business concerns allege Section 3 violations? You can file a written complaint with either the regional or local offices below. ATLANTA REGIONAL OFFICE U.S. Department of Housing and Urban Development Southeast Office 40 Marietta Street Atlanta, GA 30303 (404) 331-5140 (800) 440-8091 Fax: (404) 331-1021 Email: complaints office 04(aDhud.gov LOCAL HUD FIELD OFFICE Public Housing and Community Development; 701 NW 1st Court, 16th Floor; Miami, FL 33136 Section3@miamidade.gov A written complaint should contain • Name and address of the person filing the complaint • Name and address of subject of complaint (HUD recipient, contractor or subcontractor) • Description of acts or omissions in alleged violation of Section 3 • Statement of corrective action sought i.e. training, employment or contracts Additional information may be found at HUD's Section 3 website http://Portal.hud.gov/hudportal/HUD?src=/program offices/fair housing equal opp/section3/section3 FCP-33 5/18/2020 3:01 PM p. 68 Collier County Solicitation 19-7663R EXHIBIT I.A FEDERAL CONTRACT PROVISIONS DAVIS BACON ACT IS APPLICABLE ❑ YES ®NO FCP-34 5/18/2020 3:01 PM p. 69 Collier County Solicitation 19-7663R 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 GCA - 2 Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions GCA - 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions GCA - 4 Conflict of Interest GCA - 5 Anticipated DBE, M/WBE or VETERAN Participation Statement GCA - 6 Acknowledgement of Grant Terms and Conditions GCA - 7 Acknowledgement of Religious Organization Requirements 24 CFR 570.2000) GCA - 8 Certification of Payments to Influence Federal Transactions GCA - 1 5/18/2020 3:01 PM p. 70 Collier County Solicitation 19-7663R 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. Naples Manor Stormwater Improvements Preliminary Engineering Study Paul Foley, PE Name Project Name CEO/President 19-7663R Title Project Number Kisinger Campo & Associates, Corp. 59-1677145 Firm Tax ID Number 201 N. Franklin Street, Suite 400, 085089126 Street Address DUNS Number Tampa, FL 33602 City, State, Zip 24 CFR 24.510 & 24 CFR, Part 24, Appendix A GCA-2 5/18/2020 3:01 PM p. 71 Collier County Solicitation 19-7663R EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective /j��p clpant shall attach an explanation to this form. �— Paul Foley, PE Collier County Name Local Government CEO/President Title Kisinger Campo & Associates, Corp. Firm 201 N. Franklin Street, Suite 400, Street Address Tampa, FL 33602 City, State, Zip 6/18/2020 Date 59-1677145 Tax ID Number 085089126 DUNS Number GCA-3 5/18/2020 3:01 PM p. 72 Collier County Solicitation 19-7663R EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 19-7663R Collier County Solicitation No. I, Paul Foley, PE , 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. Paul Foley, PE l� Name Signature CEO/President 6/18/2020 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/GOUT-2 executive branch -wide Privacy Act system of records. GCA-4 5/18/2020 3:01 PM p. 73 Collier County Solicitation 19-7663R EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, 'r" OMEN OR VETERAN PARTICIPATION STATEMENT 'atatr:s will 6e aeF fied. unvrnfa hle statuses, will requireble vendor/Prpne Cai m ctor to either provlda a revved stateaaent or provide souroe ilocu-r r-a L,:mtint ivalldates a status. Cant aLir, rr,-cars an crt:tw that rcce x-s a cantra,:f. A. VENDOR/PRIME CON7RACTDR INFORMATION FwIM'E NAMnL Pli[Nlt F11. '4.!M8LR C13NIRACI L:a ILLAH AWJIJnf Kisinger Campo & Associates, Corp. 59-1677145 LST+*FAffl IEArLDRLD,-LF•- . DMSAOWANTAGEG', YEiER$h: O iS ni.LAAL.T wiTY VF TF•IS LONTRAL1, MINbRTry OR WNQMEN BI.lS'4ts3 ENTERPIBSE 1DIEIMBEr) BE)r ORK916VE A SMALL DSAEVANTAGLD EIAE7 � r, Cu NSTALiCTWA7 Y MO SLU NESS.SA CERTIFICATION F 9DM THE SMALL. EUStMESS MABE7 8 CONSLUAIICIN.' D N A0KAWNI15,734ATIOiW7 DRASEAWI DISABLED VETERAN? WHET [JTh?LF.' YO N MR BA' . .,I'�'•'_!I,r.il'• "r.; F.!','I'*II.IM Fd B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO 15 A DISADVANTAGED MINORITY,'NNL MEN -OWNED, SMALL BUSINESS CONCERN OR SERVIiCE DISABLED VETERAN, PRIME 15 To COMPLETE TH15 NEXT SECTION IbL %iL.L IJ_ Sr_.d:r!h wk:ACIr IF: OF:_L Hr L!LF: VAA FL*FVYOHM OP. LI..Nd-?i'r LiijL =L;!-Lr.° L:r• r_r rdl=.i+.L.. '.L'. SN'LI•_•3 NAINIL SALIAL1'b' L:_I_La. F: N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A C. 5ECT10N TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBh11.TT`_R L:A.' L I' 1LL OF bu 11MIFT ER Paul Foley, PE 6/18/2020 CEO/President 0AA1L AL?LI:i �Ls § OF PA M Eisu B FArE,i I 114L?I'enf.H =AL-: Nr-r,1y_; pfoley@kcaeng.com 813.871.5331 813.871.5135 NU I L. ITus rr*Dr-1,3Wn Is. used to track and repast wrticpated oisl. or MNlparticipation vi Federally -Funded contracts. Tne arltnnpatedbBE or M&E amount L%vowntary and wf rro4 becurne part of the cant-acWal terrm. This form must he submAted at lime of response to a w-citation. 'if o:nd wSep awarded: a 4ounty corn act. the Tmrne YvA he asked to update the inrcnn2brin for the grant cD*Ppllanoe Fitts. I'Ts�'IFII[IrY' _ CikIE r ?-riQ1 11A IHsp:Yr,'_ A'rr•Inan HA kadw Asnencen 'NA. SuScon' AsanAmcric�-I 4stan�adfic lurrerlrse-1 I,on•fif!irP�ntY y+'orne-r Utrtr. n�. of _-Iy othe-grr:jp D..SIECTICINTO BE COMPLETED BY COLLIER COUNTY L UAIRTMENT NAIL CCLILq CCN TRACT p ; Pa, RFP cr PQ, HEQI GRAN I PROGTIAAh/CON MACT ACL'EPnO AV: DAIL GCA-5 5/18/2020 3:01 PM p. 74 Collier County Solicitation 19-7663R 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 Kisinger Campo & Associates, Corp. Date 6/18/2020 Authorized Signature ZJA�_--Paul Foley, PE, CEO/Ptesident Address 201 N. Franklin Street, Suite 400, Tampa, FL 33602 Solicitation/Contract # 19-7663R GCA-6 02/15 R3 5/18/2020 3:01 PM p. 75 Collier County Solicitation 19-7663R EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Religious Organization Requirements 24 CFR 570.2000) In accordance with the First Amendment of the United States Constitution "church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non -religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. Kisinger Campo & Associates, Corp. re Paul Foley, PE, CEO/President (Print Name) GCA-7 6/18/2020 5/18/2020 3:01 PM p. 76 Collier County Solicitation 19-7663R EXHIBIT 1.13 GRANT CERTIFICATIONS AND ASSURANCES COLLIER COUNTY Certification of Payments to Influence Federal Transactions HUD COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I hereby certify that all the information stated herein, as well as any information provided in the accompaniment herewith, is true and accurate. Warning: HUD will prosecute false claims and statements. Conviction may result in criminal and/or civil penalties. (18 U.S.C. 1001, 1010, 1012; 31 U.S.C. 3729, 3802) Paul Foley, PE CEO/President Name of Authorized Official Title Z'41i�'* Signature 6/18/2020 Date GCA-8 5/18/2020 3:01 PM p. 77 Tab 7 Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FIRM LICENSES Ron - Deeantix Governor Halsey Beshears,5xrefary dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES KISINGER CAMPO & ASSOC., CORP. 201 N. FRANKLIN STREET SUITE 400 TAMPA FL 33602 "LICENSE NUMBER: CA2317 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses onl Inc at MyFlorlda License.com O 0' Do not alter this document in any form. 0 This is your license. It is unlawful for anyone other than the licensee to use this document. State of Florida Department of State I certify from the records of this office that KISINGER CAMPO & ASSOCIATES, CORP. is a corporation organized under the laws of the State of Florida, filed on June 17, 1976. The document number of this corporation is 505419. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 9, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Ninth day of January, 2020 Secretary of State Tracking Number: 1480100065CC To authenticate Ihia certificate,viait the following aitgen[er this number, and then follow the tnstruedons displayed. Mips://servicea.sunbiz.org/Filings/CMifrcateOfStatus/CertifleateAuthe"ti""" �ndd.�lmar FBPI STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE ENGINE E. RINC; RUSINE5- 1WEIZL'iN 15 AUTHORIZED UNDER THE PROVISI ON5 OF CHAPTER 471. FLORIDA STATUTES AIM ENGINEERING & SURVEYING, INC. 2161 FUMILLR 5r SUITE 100 FORT MYERS FL 3aM LICENSE NUMBER: CA3I14 EXPIRATION DATE: fEBRUARY 28, 2021 Alwava miry Ilzenecs enllm armyfloddaulenx— I �n n e Oa -1 alter this document In any form. I71 This is your Been-. If Is unlawful for anyone other tium the licensee rn use this document. State of Florida Department of State I culify from the records of this office that AIM GNGINEETUNG & SURVEYINO, INC. is a corporaticaf organized under the laws of the Stale of Florida. filed on Jute 18, 1990. The document nutnher of this cmvtation is 1480948. L father cettify Iltat said rorpcaalioa has paid all fees due this office ducinh December 31, 2020. that its most recent artrauil repoxVlniform to dwiis repmi was Sled on January 28, 2020, Bml thm its atalas is active. I Wherceilify tkut said cotpomdon has rAA WO AmclesoPDissoluticgrt. fdt'rn rud rmy hand aad the Grxoa7 Sao! f&e Stu& fF7arldn 41141vht e' tkr Cwpile4 A6 Err T—no�&krh & }'vfJ-011y. :D20 e 4 Serre 7'r.rk>oRN.... 666av1Pag50C T. xahmtknte thfe certlfteart,vfie[ the ralberergeae eerer mia wenher. end men 3aam'we. .. ,has d4iP led. htlprJhervka.eunhllerlyiUhgyCeRYf eateOtsianurt'ertYh[eliummlkuem KC7 ` I & I AI S SEOR CRAM EO Tab 7 Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FIRM LICENSES r ri - � iW!n=*Il 9MI fPa7>'N t 2� Piarious Onisi NuAI Orl_Un Ralum_[u Lis[Emily i Events i�lame klsiory Detail by Entity Name Florida profit Corporation CELLA MOLNAR & ASSOCIATES, INC. riling Information Document Number P96000D440a1 FEIIEIN Number 65.0068164 Data Filed 0511511996 Srate FL Srnam ACTIVE Last Event AMENDMENT Event Date Filed 1111612015 Even[ EHecrive Efate NONE Principal Address 1631 HENDRY STREET FT MYERS, FL 33901 hanged: 0312412OW Ma ng Address 1631 HENDRY STREET 9T MYERS, FL 33901 Changed: 01115(2007 Registered Agent Name 8 Address SE", KRIS ANNE 1531 HENDRY STREET FT MYERS, FL 33901 Name Changed: 11)1612015 4ddres6 Changed: 0211112015 DFF€cerlDirector Detail Name & Address Two CEO CELLA. KRIS ANNE 1631 HENDRY STREET FT MYERS, FL 33901 Tslla PRES MOLNAR, KAYE BECKER 6686 HARTLAND STREET FORT MYERS, FL 33966 Annual Reports Report Year Filed Date 2016 03/04/2016 2017 03117/2017 2018 04/06/2018 KC7` I &IAISSEOA RCRMES .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - SUNBIZ 2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 505419 Entity Name: KISINGER CAMPO & ASSOCIATES, CORP. Current Principal Place of Business: ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 TAMPA, FL 33602 Current Mailing Address: ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 TAMPA, FL 33602 FEI Number: 59-1677145 Name and Address of Current Registered Agent: GOLD, AARON JESQ 202 S. ROME AVE SUITE 100 TAMPA, FL 33606 US FILED Jan 09, 2020 Secretary of State 1480100065CC Certificate of Status Desired: Yes The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Officer/Director Detail : Title OFFICER, CHAIRMAN, VP Name CAMPO, MICHAEL J Address ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, PRESIDENT, CEO Name FOLEY, PAUL G. Address 201 N. FRANKLIN STREET, SUITE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, SR. VP, SECRETARY, TREASURER,CFO Name GOTT, RONALD E Address 201 N. FRANKLIN STREET, SUITE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, VP Name CARTER,COLLEEN Address 201 N FRANKLIN STREET, SUITE 400 City -State -Zip: TAMPA FL 33602 Date Title OFFICER, VP Name MCGUCKEN, STEPHEN H Address ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, SR. EXECUTIVE V.P. Name BURKETT, EDWARD D Address 201 N. FRANKLIN STREET, SUITE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, SR. VP Name REINHOLD, KENNETH Address 201 N FRANKLIN STREET, SUITE 400 City -State -Zip: TAMPA FL 33602 Title OFFICER, SR VP Name SHAW,THOMAS Address ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 City -State -Zip: TAMPA FL 33602 Continues on page 2 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that / am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: RONALD GOTT CFO 01/09/2020 Electronic Signature of Signing Officer/Director Detail Date KC" I &IAINSOCIAMES .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - SUNBIZ Officer/Director Detail Continued : Title VP, OFFICER Title OFFICER, VP Name HILTON, GERALD Name HARRISON, RICHARD Address ONE TAMPA CITY CENTER Address ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 201 N FRANKLIN STREET, STE 400 City -State -Zip: TAMPA FL 33602 City -State -Zip: TAMPA FL 33602 Title VP Title VP Name MARTIN, GEORGE DEWEY Name FOLEY, SEAN Address ONE TAMPA CITY CENTER Address ONE TAMPA CITY CENTER 201 N FRANKLIN STREET, STE 400 201 N FRANKLIN STREET, STE 400 City -State -Zip: TAMPA FL 33602 City -State -Zip: TAMPA FL 33602 KC7 ` I & I AIN SEO CRAM EO Detail by Entity Name "ii tW;,-wl it ue of T-19 ida website • Department of State • Division of Corporations • Search Records • Search by Entity Name Previous On List Next On List Return to List AIM engineering Events No Name History search Detail by Entity Name Florida Profit Corporation AIM ENGINEERING & SURVEYING, INC. Filing Information Document NumberL80948 FEI/EIN Number65-0197775 Date Filed06/18/1990 StateFL StatusACTIVE Last EventAMENDMENT Event Date Filed04/02/2010 Event Effective DateNONE Principal Address 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Changed: 03/08/2017 Mailing Address 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Changed: 03/08/2017 Registered Agent Name & Address HULL, JERRON K 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Name Changed: 04/02/2001 Address Changed: 03/08/2017 Officer/Director Detail Name & Address Title Chairman HULL, JAMES D 2161 FOWLER STREET http://search.sunbiz.org/...540990791&searchTerm=AIM%20engineering&listNameOrder=AIMENGINEERINGRESEARCH%20L515740[6/18/2020 11:56:36 AM] Detail by Entity Name SUITE 100 FORT MYERS, FL 33901 Title S VP HULL, JADON D 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title T LEVY,TRACY 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title President, CEO HULL, JERRON K 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title VP FLYNN, BERNARD L, III 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title VP DONAHOO, SEAN 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title VP Marion, Michael G 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title VP Swets, Shawn D 2161 FOWLER STREET SUITE 100 FORT MYERS, FL 33901 Title VP http://search.sunbiz.org/...540990791&searchTerm=AIM%20engineering&listNameOrder=AIMENGINEERINGRESEARCH%20L515740[6/18/2020 11:56:36 AM] Tab 7 Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - PERSONNEL LICENSES Halsey BesM1ears. SecreUry d pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ARICO, RICHARD JOSEPH 6875 DEL MAR TERRACE NAPLES FL 34105 CLICENSE NUMBER: PE596774 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloridaLicense.com o, o Do not alter this document in any form. I oThis is your license. It is unlawful for anyone other than the licensee to use this document. a_ 0-1311-11,1-11 FBI STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONSOF CH..AAPP�TEEERRy 471, FLORIDA STATUTES TAYEBNEJAD, ALIREZA 1511 OBEAR COURT WESLEY CHAPEL FL 33543 LICENSE NUMBER: PE42775 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.con, o, o This is Do not alter this document in any form. your license. It is unlawful for anyone other than the licensee to use this document. RICK SCOTi. GOVERNOR 10NgTHAN LICHEM, SECRETARY d bpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WISDOM, ADRIENNE ARGENTO 5649 NATOMA DR. FORT MYERS FL 33919 CLICENSE NUMBER: PE78492 ] EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.com o o Do not alter this document in any form. O This is your license. It is unlawful for anyone other than the licensee to use this document. db"pr STATE OF FLORIDA DEPARTM EN T or $USI N ESS AN D PRO F ESS ZONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS IE PR -OF ESSH7NAL FNQ NE ER HEREIN IS LICENSED UNDER 114 PFCVISION`+O, f Hl1PTER.S]'1, 1 �%7RIDAST,STUTES ROSE, BRIAN JOSEPH I 117N TI MBF R U NE CIRCLE 1:OPT MYE RS � L 33?cta tktNS€ NUMBERPR71549 � EXPIRATION G14FE:' FFBRFIAiiY 28, 2023 A Brsverify licreea urine at f+YFIoMaLioerc — DD trot aker thin dnn[ 111 n any fonnr O , Teas is ywBlr Ilceme. k is unlawful fen alYyWie other than IDa use this docimlen� �n.a�T. � ,DHA„ew�Ha�E,E�nTgay 14, 0', dbpr STAT E O F FLOR I DA DEPARTMENT OF BUSINESS AND PRO FE SS 10 N AL R EG U LATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HFRLIN IS LICEN5E0 UNDERTHE PROV I SION 5 OF CH AFTER 471. FLORI DA STATUTES FOLEY, PAUL G. 5708 PIN FY I ANE Uk TAMPA FL 33 4CCNSE N U MBER- PEg097� pXNRATION DATE: FEBRUARY 28r 2021 Al ra -nty -- -I- ar MyflorldaLlcense.com © Do not alter this docomem m any mrm, Dx, This is I. license, k Is unlawful for anyone outer than the licensee to use this dowme.t Ron DeSanfis. Govemor FQPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GILL, JESSE EARL 13505 ISLAND ROAD FORT MYERS FL,33905. .... .,S CLICENSE NUMBER: PE80442 ] EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFlosidaLicense.com o, o Do not alter this document in any form. 0 This is your license. It is unlawful for anyone other than the licensee to use this document. KC7 ` I & I AI S SEOR CRAM EO .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - PERSONNEL LICENSES -41-0 of Xlzrri64 pvar4 of VIPft5sicrtiz('Inginon% ]aseph Paul Belnalydini :Ak2 dauojurred a'�ane,IvG cfg+rs refivreiilm mV'W-07' �hsa�¢,er+wlrrQs lrra4viriaiarc�rdh mallGarcliiy sv�6wtot.�rinarw ---'a d vdp o. - rfow- — .G �a/+bwp ,I.kr.aa. twMa rbul�remar e,�/ pfr. '�6%•..oR. e�anrl�nl Jk.r1 AFBP aw�Nf mNw• on DeSanfis, Governor FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDERTHE PROVISIONS OF CHI-AAPPITL�IEy�Rp 471, FLORIDA STATUTES SPRUNGER, CURTIS ALAN 1537 BEVERLY DR. CLEARWATER FL33764 r. LICENSE NUMBER: PE66524 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.con, This is Aim Do not alter this document in any form. your license. It is unlawful for anyone other than the licensee to use this document. RICK SCOTi. GOVERNOR IONgTHAN LICHEM, SECRETARV d bpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FRENCH, BRETT AUSTIN 1206 E CARACAS STREET TAMPA FL 33603 CLICENSE NUMBER: PE83383 ] EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida Licens..com o, o Do not alter this document in any form. ❑N This is your license. It is unlawful for anyone other than the licensee to use this document. RICK SCOTi. GOVERNOR 10NgTHAN LICHEM, SECRETARY dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SPIELER, TARA K.M. 629 HOLLAND AVENUE TEMPLE TERRACE FL 33617 CLICENSE NUMBER: PE55333 -� EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.com Do not alter this document in any form. oThis is your license. It is unlawful for anyone other than the licensee to use this document. Ran DeSan[is, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES f...ems.. ~9 KU, YI THIERRY 4522 CEDARWOOD VILLAGE DR 4 TAMPA FL 33624 LICENSE NUMBER: PE88713� EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorld,Ucense.com o. o Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. FBPE RICKSCOTT.GOVERNOR JONATHAN-EM, SECRETARY i d bpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MARTINEZ, LUCIO 201 NORTH FRANKLIN STREET SUITE 400 TAMPA FL 33602 CLICENSE NUMBER: PE82380 ] EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online a[ MyFlorida License.com o, o Do not alter this document in any form. O i This is your license. It is unlawful for anyone other than the licensee to use this document. KC7 ` I & I AI S SEOR CRAM EO .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - PERSONNEL LICENSES RICK SCOTi. GOVERNOR 10NATHAN LICHEM, SECRETARY dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MULHEARN, PATRICK DANIEL 201 NORTH FRANKLIN ST. STE, 400 TAMPA FL 33602 LLICENSE NUMBER: 1`E71456= EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyNbrid,U—se.com o .�o Do not alter this document in any form. 0 This is your license. It is unlawful for anyone other than the licensee to use this document. RKX SCOTf. Cn4LAkaR 19NATIMkyAtHEAi �ineV dij r STATE OF FLORMA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION! BOARD OF PROFESSIONAL ENGINEERS 'Ff 1 F. P R O F L 5510NAL ENGINEER HEREIN 1S LICENSED U NDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES LABARSERA,JASON L 4013 W. EM PEOfp9UU S'I. TAMPA FL 336,E7 LICEIIS ,NUMBER- PE64004 EXPIRA _:FEBRUARY 28. 2021 AWy --Ify licenses enure at M, mri-Lim—cem o �q Do nu at. thhdmm ,*Irranyf— Thls.Isyoe, f[acc. It is unlawful for anyone otiAe, Byh the licensee to use this documenl- Ron DeSan[is. Governor Ha y sM1earz Secretary d bpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES ABDALLA, MOHAMED FATHY 5001 ASHI NGTON LANDING DRIVE TAMPA FL 33647 L LICENSE NUMBER: PE63914 J EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida Licenses.. o, o Do not alter this document in any form. ❑' u This is your license. It is unlawful for anyone other than the licensee to use this document. RICK SCOTi. GOVERNOR JONgTHAN LICHEM, SECRETARY dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WILSON, SARAH ANN 713 44TH AVE N ST. PETERSBURG FL33703 LLICENSE NUMBER: PE80342 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. o. Halsey BezM1ean. Secretary dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LASKARIS, KIPLING 6202 ANHINGA PL TAMPA FL 33615 C LICENSE NUMBER: PE75005 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida License.com o, o TDo not alter this document in any form. 0 _{ This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSan[is. Governor Ha ey BesM1ears, Secretary d bpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES KONUK,BURAK I 13421 IOLA DR TAMPA FL 33626 LICENSE NUMBER: PE81581 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida Licenses.. ®r, Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. KC7 ` I & I AI S SEOR CRAM EO .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - PERSONNEL LICENSES RICKSCOTT,GOVERNOR IONAt— ZACHEM, SECRETARY d k Pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WINGARD, PAUL WAYNE 11395 WATERFORD VILLAGE DRIVE FORT MYERS FL 339130000 :. EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloridaLicense.com o, o Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0 RICK SCOTi.GOVERNOR ,ONgTHAN LICHEM,SECRETARV dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WILSON, SARAH ANN 713 44TH AVE N ST. PETERSBURG FL33703 CLICENSE NUMBER: PE80342 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFlorida Licen...com Do not alter this document in any form. This is in your license. It is unlawful for anyone other than the licensee to use this document. Florida DCpanm w of Aerie Itu re told Conwe,er Serv'Ices bdvismo of codsm,rm St CcsIi Floridu Uup1u1-ent of A4ricukuon and Consumer $erviccx a B—d of P,ofsiane]&—yers and Mappe.>. <'�'D DiviRien of Consumer Servicca 2W5 ANI.l x Pkway TWlahasxc, Fhmda 32399-6500 5 Bwrd of Profcnelnnsl Surveyors and Mappers aWHFLPFLA143.'w7352) ar (850) 48&2221 2NA ApWRchee Pkway T'allahm;nlx. Florida 32399.6.5(0 8WHELFFIT A(435-7M2) dr WO) 488-2221 Pehnrary 28, 2019 .IAnuary 17, 2119 BOB L POTTER 2161 FOWLER STREET DARREN K'IOWNSr•ND FORTMYEAS, FL 33901 4090 HORSE C'RfiEK BLVD MRT MYERB, PL 339054305 SL'BJECI': Prufessimisl Survayuukl Mapper [lcenaax LS%88 Yontq,amd by WI apY , d�1 5 a pmfeRdiUlld 5lnyeyp and mapper ad—ed. by Chppler d72, Flmidv S W,ucs. ime peen rtet•cd and Wnceeud. Tar I'unure appears W- and is valid ihlrm$h Feb-iry 28, 2m 1, You are mgain:d m keep you -form -1, the RvN vancnL Plc. aehsim al n.w,80gr]I�a,µrnJ➢rm me your onime a If you bane alrapy crewed your onlim aa:wn[, yov u elµ wehsilc w mai•, ,:., yllw licrosn. You coo also Rn¢ timer rWUMIe inlnrrnetim nn tM wetyare. jr—havianytlnrakions,planedo>A[ hrsa wra1]of Dlviyian of Coommer SuviCeR. nnaryl r4 fYofflssional S—ymn and NLppars at 8fJp435-7352 w 850-�8&2Z21. klwdda Departmrnr d Asrirokure and Conwlrren tiervkea Bwnd of Hdeasimtil Sur�eynrs and Mappers L%6H9 M,t( 'on.r,vurvevv nerd M1lRRprr 11011 L PfyrrR& IS LIC11N30) untrrrbc nn,isi vva. 472 RS Bepkatiand— Fmn-y M 2f5I SU91K 1, PM1tlnvsiunW 9urvcynr.nd Wppw ) —.4,lVn47R Yt lurrpplibyCr,nr476 tl,id, ivaal Ms I' PnJ mapper n mywred by ChpInLY-072. Fkmda .5yalalM, h9p becn muviveJ ood pm.xxud. Tfie ti—p -below oad ?u ratid IFwnpn Pchruary 2N. 1071 Ywl an, r q.irrd In keep ylan Infer-etinn wlll the poanl curwnl. rTeoxe visil our cache lc n k1—.Me2POosm+Jpl.111 Intmale your wrlim I.Ify'."I, xalmadyrrreledynarnlllNwncrnunl,you xc IhC uwchslrc Irt rre..-m your lice,s5 - Yltn a9n slut 8nd nlhel' Vah10.Wr In Gllrnauun nn the wMaim, II'ynn hove any quvarinne, plensv du nol hesimle In uµli [hp Iyfvi.sinn ni ormamer NervViceu, Bnnrd 4 I'n.f rsiun.I 9d-Y.111 wad Mappers al NIX). 415.7731 nr R311-488-2221. 0.1eeh Nee I lend. luep—nl 4f ARrirculture ' antl C:unuumsr Scrvleq, Baarvl of FrvfexilmW 9urveyan, and Mapppry LMrd7p Proferrinml Nueva,ur a-1 Nnpper OARRL'h' K'IY2wNRF.Np IS LIC1:NNL11 und,•., Ihn pnwlsions CILT. 477.F8 F pi'0i d- 1,6—y ]e, wal KC7 ` I & I AI S SEOR CRAM EO Tab 7 Naples Manor Stormwater Improvements Preliminary Engineering Study I RIPS NO.: 1 - LOCAL BUSINESS TAX LICENSES Business Tax Account Information Business Account Description Mailing Address KISINGER CAMPO & ASSOCIATES CORP 13461 PARKER COMMONS BLVD 104 FT MYERS FL 33912 (239)278-5999 1503665 ENGINEERING FIRM KISINGER CAMPO & ASSOCIATES CORP 201 N FRANKLIN ST STE 400 TAMPA FL 33602 Year Amount Account is paid current. Outstanding Balance Due as of 3/10/2020 $0.00 KCA's Fort Myers office moved to a new location on Additional Options: Feb. 7, 2020. KCA has had an office in Fort Myers for 17 years. 2019 - 2020 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1504470 Account Expires: September 30, 2020 Location: 2161 FOWLER ST STE 100 FT MYERS FL 33901 AIM ENGINEERING & SURVEYING INC AIM ENGINEERING & SURVEYING INC 2161 FOWLER ST STE 100 FT MYERS FL 33901 ENGINEERING FIRM THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 524765-225-8 07/22/2019 10:24 AM $30.00 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 9700132 Account Expires: September 30, 2020 Location: 1631 HENDRY ST FT MYERS FL 33901 CELLA MOLNAR & ASSOCIATES INC CELLA MOLNAR & ASSOCIATES INC 1631 HENDRY ST FT MYERS FL 33901 May engage in the business of. - CONSULTANT THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID 526403-28-1 08/05/2019 11:00 AM $50.00 KCA I KISINGER CAMPO 7� & ASSOCIATES .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FDOT PREQUALIFICATION LETTERS FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY June 17, 2020 Paul Foley, President KISINGER CAMPO & ASSOCIATES, CORP. 201 North Franklin Street, Suite 400 Tampa, Florida 33602 Dear Mr. Foley: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel 4.3.1 - Complex Bridge Design - Concrete 4.3.2 - Complex Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.2 - Movable Bridge Inspection 5.3 - Complex Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications Safety, Mobility, Innovation Naples Manor Stormwater Improvements Preliminary Engineering Study RPS No.:1 - FDOT PREQUALIFICATION LETTERS Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection Group 13 - Planning 13.5 - Subarea/Corridor Planning 13.7 - Transportation Statistics Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2021 for contracting purposes. Aooroved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense Expense 170.52% 137.30% 0.144% Excluded No 8.10% 8.46%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator KCA I &IAIN ASSOCIATES CAMEO .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FDOT PREQUALIFICATION LETTERS Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY June 15, 2020 George Dewey Martin III, President KCCS, INC. 201 North Franklin Street, Suite 400 Tampa, Florida 33602 Dear Mr. Martin The Florida Department of Transportation has reviewed your application for preq ual ifi cation package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 6 -Traffic Engineering and Operations Studies 6.3.2 - Intelligent Transportation Systems Implementation Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI 10.5.1 - Major Bridge CEI - Concrete 10.5.2 - Major Bridge CEI - Steel Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2021 for contracting purposes. Approved Rates Field Facilities Premium Reimburse Field Overhead Capital Cost Overtime Actual Direct of Money Expenses Expense 133.50% 0.144% Excluded I No 7.46%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Safety, Mobility, Innovation www.fdot.gov KC" I &IAINSOCIATES .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FDOT PREQUALIFICATION LETTERS Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY June 13, 2019 Sean Donahoo, Vice President AIM ENGINEERING & SURVEYING, INC. 2161 Fowler Street, Suite 100 Fort Myers, Florida 33901 Dear Mr. Donahoo: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 13 - Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. www.fdot.gov KC" I &IAINSOCIATES .• Naples Manor Stormwater Improvements Preliminary Engineering Study I RPS No.:1 - FDOT PREQUALIFICATION LETTERS Approved Rates Home/ Field Facilities Premium Reimburse Home Field Branch Overhead Capital Cost Overtime Actual Direct Direct Overhead of Money Expenses Expense Expense 178.43% 126.42% 0.553% 1 Excluded I No 6.17% 18.30%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Z�; 3��( Carliayn Kell Professional Services Qualification Administrator www.fdot.gov KCA I & ISA S s O CRAM EO