Loading...
Agenda 04/27/2021 Item #16A 9 (RPS - Contract #20-7818 w/Johnson Engineering, Inc.)16.A.9 04/27/2021 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking for Request for Professional Services (RPS No. 20-7818), "Upper Gordon River Improvements," and authorize staff to begin contract negotiations with the top -ranked firm, Johnson Engineering, Inc., so that staff can bring a proposed agreement back for the Board's consideration at a subsequent meeting. OBJECTIVE: To engage the services of Johnson Engineering, Inc., to provide engineering services for the Upper Gordon River stormwater improvements. CONSIDERATIONS: The Upper Gordon River Stormwater Management System requires improvements to enhance the conveyance capacity of stormwater flow through the Gordon River to the receiving waters of Naples Bay, and reduce flooding in residential and commercial developments in the basin. This project will consist of professional engineering services for the development of several structural measures, including but not limited to, clearing of exotic vegetation, building a maintenance access travel way, dredging of the river channel, reinforcing the banks, and replacing an existing rock weir with an automated concrete gated weir. On November 18, 2020, the Procurement Services Division released notices of Request for Professional Services ("RPS") # 20-7818, "Upper Gordon River Improvements." The County notified 23,558 firms, 105 interested firms viewed the RPS information, and staff received five proposals by the January 15', 2021 deadline. The RPS was extended an additional week during which staff conducted vendor outreach. Staff found all five proposers responsive and responsible. The selection committee convened on February 25th, 2021, and as described in step 1 of the solicitation documents, the committee scored each of the proposals. The selection committee shortlisted the following top three firms to move on to step 2, presentations: (1) Johnson Engineering, Inc., (2) Kimley-Horn & Associates, Inc., and (3) Wood Environment & Infrastructure, LLC. Per Section 287.055 of the Florida Statutes, the Consultants' Competitive Negotiation Act, the evaluation criteria included, ability of professional personnel; certified minority business enterprise; past performance/references; project approach, willingness to meet time and budget requirements; location; and recent, current, and projected workloads of the firm. Each firm provided at least three references from clients of projects with a similar size for which the firm provided services similar in scope and complexity within the past three years. On March 11t1i, 2021, the selection committee convened for step 2, presentations were given, and the committee ranked the firms, as shown below. Firm Names Final Ranking Johnson Engineering, Inc. 1 Kimley-Horn & Associates, Inc. 2 Wood Environment & Infrastructure, LLC 3 Staff is requesting authorization to begin negotiations with the top ranked firm, Johnson Engineering, Inc. In the event an agreement cannot be reached with the top ranked firm, staff would continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board's consideration. FISCAL IMPACT: After an agreement has been reached, staff will bring the negotiated agreement to the Board for approval. Funding for the subsequent contract is available in Growth Management Grants Fund (711), Growth Management Grants Match Fund (712), Stormwater Capital Fund (325), and Packet Pg. 599 16.A.9 04/27/2021 Stormwater Bond Fund (327), Project 60102. GRO H MANAGEMENT IMPACT: There is no Growth Management impact associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA RECOMMENDATION: To approve the selection committee's ranking for RPS # 20-7818, "Upper Gordon River Improvements," authorize staff to begin contract negotiations with Johnson Engineering, Inc., 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: Mark Zordan, Project Manager, Capital Project Planning, Impact Fees, and Program Management ATTACHMENT(S) 1.20 - 7818 NORA esigned (PDF) 2.20-7818 Solicitation (PDF) 3.20-7818 Final Ranking (PDF) 4. [Linked] 20-7818 Johnson Proposal (PDF) Packet Pg. 600 16.A.9 04/27/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.9 Doe ID: 15420 Item Summary: Recommendation to approve the selection committee's ranking for Request for Professional Services ("RPS" No.20-7818), "Upper Gordon River Improvements," and authorize staff to begin contract negotiations with the top -ranked firm, Johnson Engineering, Inc., so that staff can bring a proposed agreement back for the Board's consideration at a subsequent meeting. Meeting Date: 04/27/2021 Prepared by: Title: — Capital Project Planning, Impact Fees, and Program Management Name: Mark Zordan 03/26/2021 2:32 PM Submitted by: Title: Division Director - IF, CPP & PM — Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 03/26/2021 2:32 PM Approved By: Review: Growth Management Operations Support Christopher Johnson Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Capital Project Planning, Impact Fees, and Program Management Gerald Kurtz Procurement Services Evelyn Colon Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department Jeanne Marcella Level 1 Reviewer Capital Project Planning, Impact Fees, and Program Management Amy Patterson Growth Management Department Thaddeus Cohen Department Head Review Grants Valerie Fleming Level 2 Grants Review County Attorney's Office Sally Ashkar Level 2 Attorney Review Grants Carrie Kurutz Additional Reviewer County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Grants Therese Stanley Additional Reviewer Office of Management and Budget Susan Usher Additional Reviewer Additional Reviewer Completed Completed 03/26/2021 4:24 PM Additional Reviewer Completed Completed 03/26/2021 5:03 PM Completed 03/29/2021 8:05 AM Completed 03/29/2021 8:46 AM Additional Reviewer Completed Completed 03/31/2021 9:43 AM Completed 03/31/2021 3:19 PM Completed 04/05/2021 9:10 AM Completed 04/05/2021 3:24 PM Completed 04/05/2021 3:38 PM Completed 04/05/2021 4:01 PM Completed 04/14/2021 10:47 AM Completed 04/19/2021 12:03 PM Packet Pg. 601 16.A.9 04/27/2021 County Manager's Office Board of County Commissioners Dan Rodriguez Level 4 County Manager Review Mary,lo Brock Meeting Pending Completed 04/19/2021 3:26 PM 04/27/2021 9:00 AM Packet Pg. 602 DocuSign Envelope ICI: 45FA2D5D-40A8-40DE-871E-2A388BEE6909 .- Co Ter County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 20-7818 Title: Upper Gordon River Improvements Due Date and Time: January 151h, 2021 at 3:OOPM Respondents: Company Name City County State Final Ranking Responsive/Responsible Johnson Engineering, Inc. Fort Myers Lee FL 1 YES/YES Kimley-Horn and Associates, Inc Fort Myers Lee FL 2 YES/YES Wood Environment & Infrastructure Solutions, Inc. Naples Collier FL 3 YES/YES T.Y. Lin International Fort Myers Lee FL Not Ranked YES/YES Aptim Environmental & Infrastructure,LLC Boca Raton Palm Beach FL Not Ranked YES/YES Utilized Local Vendor Preference: Yes 0 No - Recommended Vendor(s) For Award: On November 18', 2020, the Procurement Services Division released notices for Request for Professional Services (RPS) 20-7818 Upper Gordon River Improvements. Twenty-three thousand five hundred and fifty- eight (23,558) vendors were notified, one hundred five (105) vendors viewed the RPS information and five (5) proposals were received the due date of January 15th, 2021. The RPS was extended an additional week during which staff conducted vendor outreach. The Selection Committee convened on February 25th, 2021 as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the top three (3) firms to move to step 2 in the order listed below: Johnson Engineering, Inc. Kimley-Horn and Associates, Inc. Wood Environment & Infrastructure Solutions, Inc. T.Y. Lin International Aptim Environmental & Infrastructure, LLC On March 111h, 2021 the Selection Committee reconvened for step 2, presentations and final ranking. The firms were ranked as follows: Johnson Engineering, Inc., ranked as 1 Kimley-Horn and Associates, Inc., ranked as 2 Wood Environment & Infrastructure Solutions Inc. ranked as 3 16.A.9.a Packet Pg. 603 DocuSign Envelope ID: 45FA2D5D-40A8-40DE-871E-2A388BEE6g09 16.A.9.a Staff is recommending negotiations with the top ranked firm Johnson Engineering, Inc. Contract Driven = Purchase Order Driven = by: Project Manager: Required Signatures Procurement Strategist: I Q[4>%vi�e5k,Qe. 3/19/2021 - BCB13261EOAD447... Procurement Services Director: Doauftned by: S H Sandra �(MC92788554F5... 3/1.9/2021 Date m c T m Q O z 00 T- oo I- 0 N C d E L V R r r Q Packet Pg. 604 16.A.9.b Collier coHnty Administrative Services Department Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR DESIGN SERVICES FOR UPPER GORDON RIVER IMPROVEMENTS RPS NO.: 20-7818 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@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. 605 SOLICITATION PUBLIC NOTICE 16.A.9.b REQUEST FOR PROFESSINAL 20-7818 SERVICES (RPS) NUMBER: PROJECT TITLE: Design Services for Upper Gordon River Improvements RPS OPENING DAY/DATE/TIME: January 7th, 2021 at 3:OOPM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Capital Project Planning, Impact Fees & Program Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Engineers in accordance with the terms, conditions and specifications stated or attached. The Engineer, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The Florida Division of Emergency Management (FDEM) has awarded funding under the Federal Emergency Management Agency (FEMA) Hazard Mitigation Grant Program (HMGP) for the design of Upper Gordon River Improvements. The HMGP funds are provided by FEMA to help implement hazard mitigation measures following a major disaster. Hazard mitigation measures are any sustainable action taken to reduce or eliminate long-term risk of damage to properties from future disasters. Proposed improvements will help alleviate flooding within the Upper Gordon River Basin. All work performed under the resultant contract is to be in strict conformance with FEMA Guidelines. The selected firm will be fully responsible to comply with all of requirements. The grant only covers "Section B" (as identified here within) These Upper Gordon River Stormwater Management System improvements are required to enhance the conveyance capacity of stormwater flow through the Gordon River to the receiving waters of Naples Bay, and reduce flooding in residential and commercial developments in the basin. The project shall be designed to provide an adequate flood protection level of service for this area against a twenty-five (25) year, three (3) day storm event. All work under the resultant contract shall be completed in strict compliance with Federal, State and Local applicable Rules and Regulations. This project is located in a section of the Upper Gordon River located between Pine Ridge Road and Golden Gate Parkway, identified on the attached documents (For informational purposes only). These sections are bordered by the Forest Lakes Community, Royal Poinciana Golf Course, and Estuary at Grey Oaks Golf Community to the east; and the Country Club of Naples, Hole in the Wall Golf Course, Wilderness Golf Community, and Freedom Park to the west. This project scope will consist of professional engineering survey and design, permitting, and Engineer -of -Record services for development of a potential combination of structural measures, but not limited to, clearing of exotic vegetation, building a maintenance access travel way, dredging of the river channel, reinforcing the banks, and replacing an existing rock weir with an automated concrete gated weir. The gated weir should have provision for automated operation to be compatible with the remote monitoring and operating systems of the South Florida Water Management District (SFWMD). The selected firm "ENGINEER" is required to submit multiple preliminary design options and estimated associated costs to the County with a focus on a maintenance access travel way and easement considerations, as these are potentially limiting factors, therefore, extensive survey will be necessary. _ 0 0 0 Cn 00 oo ti 0 N c m E t U 0 Q Packet Pg. 606 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 Task A. Site Assessment Task Al. Survey Collect vertical and horizontal survey data sufficient to create plans for improvements, to facilitate ingress and egress, and appropriately manage property use during construction and subsequent operation and maintenance of the project infrastructures. This should include, but not be limited to: a. Establishment of linework, and verification of ownership of all affected property, along with identification of details of surface and underground utilities at site, property features (ex. buildings & decks, etc.), stormwater outlets, including elements such as culvert size, type, invert elevation, extent of concrete slabs, water surface, fencing, trees, and any topography changes such as grade breaks (top of bank, toe of slope, etc.). Perform a hydrographic survey of the channel a. Section B: From Pine Ridge Road heading south to and including the rock weir just to the south of Forest Lakes Community. This is also to include the first 100' section of the Forest Lake South Side Canal from its confluence with the Upper Gordon River. b. Section C: From the southern property line of Forest Lakes Community to the southern property line of Royal Poinciana Golf Course. This reach is bordered by a portion of the Country Club of Naples, Hole In The -Wall Golf Course, Wilderness Golf Community, and Freedom Park on the west side, and Royal Poinciana Golf Course on the east side. c. Section D: From the southern property line of Royal Poinciana Golf Course to the north side of Golden Gate Parkway. It is bordered by a portion of the Wilderness Golf Community and Freedom Park to the west, and a large natural area to the east is the Estuary at Grey Oaks Community. The horizontal datum shall be NAD83, and the vertical datum shall be NAVD88. 3. The ENGINEER shall review of the adequacy of the available existing channel-floodplain cross-section data to perform hydrologic -hydraulic modeling analysis required for design of channel improvements, bank stabilization and replacement of rock weir by an automated weir. If it is determined that additional data is necessary to devise alternative solutions, perform surveys for gathering supplemental cross -sections. Any permanent easements that need to be obtained, sketch -and -legal (S&L) descriptions will be part of the scope. It will be up to the ENGINEER to make such a determination. Estimated scope price should be per each sketch -and -legal (S&L) descriptions. Task A2. Geotechnical Assessment for Section B Perform Geotechnical investigation site work sufficient with which to base the design of the foundation of the weir. A Geotechnical Report is to be submitted, with necessary information about subsurface conditions which can include, but not be limited to the information published by United States Geological Survey (USGS), and United States Department of Agriculture (USDA)/Natural Resources Conservation Service (MRCS). The soils encountered should be classified according to the Unified Soil Classification System (USCS). 0 M 2 0 V) 0 0 ti 0 N C m E z U M Q Packet Pg. 607 Task B. Design of Channel Improvement, Bank Protection, Automated Weir (Section B only), Exotic Vegetation Con 16.A.9.b Maintenance Travel way. Task B1. Design of Channel Improvement: Review the existing hydrologic -hydraulic analyses performed as a part of the preliminary design ( see attached exhibits ) and assess the adequacy of the modeling to develop alternative configurations of channel improvements, bank stabilizations and water control structure(s) to achieve the desired levels service for flood protection and water quality improvements. If deemed necessary, update the (ABB) model with any additional surveyed cross-section data gathered, and incorporate alternative geometric channel and floodplain parameters (proposed improved cross -sections, side slopes, channel longitudinal slopes, Manning's n etc.), and simulate flood routing for 5-, 10-, 25-, and 100-year design storm conditions. Evaluate the performance of the modified channel and recommend the optimum geometry that achieves the desired reduction of flood stages with a freeboard of 1.5 feet under the 25-year design storm conditions. Incorporate bank stabilization into the design of the modified channel to maintain non -silting and non - erosive velocities, preferably with a mix of seawall, riprap and natural vegetative bank slopes as feasible under the available easements. The extent of the reach of bank stabilization is, but not limited to the section of the project. Task B2. Maintenance Travel way (where applicable) The ENGINEER will create a plan to incorporate design of a maintenance travel way along the route outlined in (see Exhibit 16, (ABB) supplemental document) and access to the replacement weir. In addition, the ENGINEER shall perform an analysis to look at the feasibility of access to the replacement weir from the south via Royal Poinciana Drive. The width of the travel way, maneuverable for a maintenance vehicle, is to be determined by the extent of the easement available. Task B3. Establish plan to remove existing rock weir in Section B The ENGINEER will create a plan to dismantle and remove the existing rock weir. This plan will be part of the bid package for the contractor to bid on. The channel bottom will be left in a condition to match the surrounding subsurface area after removal of the rock weir. Task B4. Design new automated weir The ENGINEER is to submit options for the location and type of weir. The County preference is for a standard fixed crest weir with two slide gates. The hydraulic design parameters — design flow, control elevation, gate sizes, and seasonal operating criteria recommended in the preliminary engineering study (ABB.; December 2018) will be verified to achieve the desired levels of flood protection under a 25-year, 3-day design storm event. 1. The weir is to be fully automated, and specifically shall have: 1) mechanized gate actuation, 2) sensing for gate status and ui water levels, upstream and downstream, 3) remote monitoring, 4) remote operation, and an RTU backup control program. This system (known as "Supervisor Control and Automatic Data Acquisition" or SCADA) will be designed to be compatible c with the remote monitoring and operating systems currently used by the South Florida Water Management District (SFWMD). The recommended standard that the County and District are adopting is fiber optic network connectivity with a ; cellular back-up option. 2 0 2. A subsurface sheet pile wall to prevent seepage under the weir is to be part of the design. A seepage analysis with flownet Cn 00 calculations shall be done to determine sheet pile depth and the size and specifications of the wall. T_ ti 3. The new weir should also have a catwalk for maintenance access, handrails for safety, and chain link fencing and/or gates c at entrances for security. It also will need a backup generator system. N 4. The area around the weir will be assessed for design of a new maintenance access travel way and a new parking area for m maintenance and other vehicles, and materials and equipment. The entrance is to be appropriately designed for convenience t and safety, with proper signage, railing, fencing, etc. U M .r 5. A constructability review of the plan set is to be accomplished by staff other than the lead design engineer, preferably staff Q members who have field experience with construction. Task B5. Exotic Vegetation Control The ENGINEER will develop a plan to eradicate exotic vegetation, primarily Brazilian pepper that constricts the channel and renders difficulty of maintaining the three project sections, `B", "C", & "D" (see attached supplemental documents; (ABB)), of the river. Specify the requirement for removal and disposal of the trees and restoration of the riparian landscape. All overbank areas within the existing easement areas is desired to be clear of all vegetation. The Florida Exotic Pest Plant Council (FLEPPC) invasive species Category I and Category II list provides reference for plants that must be removed. In addition to removal of all woody and herbaceous exotic and nuisance pest plant species, a management plan shall detail future landscape maintenance requirements. Packet Pg. 608 16.A.9.b Task B6. Engineer's Evaluation. Development. & Permitting of a Dredging Plan The ENGINEER will perform an evaluation of existing shoaling and sediment buildup with ultimate development and permitting of a dredging plan. Additional modeling is required for the cross sections. Areas of particular concern where this is thought to be necessary are in Section "C" just south of Royal Poinciana Drive Golf Course Bridge, and in Section "D". Task B7. Engineer's Estimate of Probable Cost The ENGINEER will develop a comprehensive estimate of the probable cost of all components of construction of the project. The estimates should be based on all available local/regional cost indices, including those of recently completed construction projects sponsored by the COUNTY. Task B8. Benefit -Cost Analysis Under the FEMA's HMGP grants funding guidelines the funds for construction of the project will be approved if only the applicant can demonstrate that designed features of the project can achieve a desirable Benefit/Cost ratio. Using the information from the Hydrologic -Hydraulic simulations of the existing watershed conditions, and of the project with recommended design features (improved channel, modified weir) generate tabular data on the benefits, in terms of the reduction of flood stages and durations to be achieved by the building structures and roads in the area affected by the project. The analysis shall be performed for reduction of depths and durations under three storms (10-, 25- and 100-year frequency storms of 3-day duration) in accordance with the FEMA guidelines using the generic depth -damage functions methodology of the U.S. Army Corps of Engineers for building structures and contents, and the estimated cost indices for road damage repair from the Florida Department of Transportation (FDOT) cost or any other credible source for road damage repair cost estimates (support documentation will be required). Modeling is required for this Benefit -Cost Analysis to determine what improvement will result from building the project (post project lift). The pre -project (existing condition) will also need to be modeled to show what houses and roadways were flooded during Hurricane IRMA. The information will be provided to FDEM, and the ENGINEER shall be required to be available for response to any additional requests for information that may be requested by the FDEM staff. Task B9. Public Informational Meetings Collier County desires a significant effort to communicate and coordinate with affected property owners, as improvement concepts are developed and approved. The ENGINEER will provide technical staff representation at an anticipated four (public) meetings. The ENGINEER will coordinate, notice, and manage this effort with input from County Staff. Task B10. Permitting c 0 The ENGINEER shall ensure all pertinent State and Federal regulatory permitting agencies are informed of this project and will M consult with the agencies regarding the requirement and or waiver of Permits, if applicable. The ENGINEER will meet with the 2 COUNTY to discuss and then accomplish all application procedures to procure necessary State (SFWMD, FDEP) and Federal i0 (USACE) Permits if needed. The permitting process shall be initiated at completion of the 30% design of the project. o 0 Additionally, the ENGINEER will apply for and procure a basic dewatering permit to be provided to the contractor for possible ~ 0 modification, to enable contractor's construction plans, means and methods. N c m Task C. Engineer -of Record Services during Construction (Post -Design Services) The ENGINEER will serve as the Engineer -of Record for the project and be available to assist the COUNTY through the construction M bidding period, when tasks such as clarifications regarding plans and specifications are needed, or to provide input/approval on Q contractor selection. The entire Bidding Process typically takes three to five months in Collier County; as it begins with preparation of the entire bid package and continues through to the Board of County Commissioners meeting at which the lowest qualified bidder is awarded the contract. Services include writing a bid award recommendation letter and checking and documenting all the contractor/subcontractor references provided by the selected bidder. CEI services will occur under a separate contract. Packet Pg. 609 16.A.9.b The ENGINEER will be available to assist the COUNTY through the construction period for shop drawing review and approval, submittal review, plan clarification or inconsequential field changes to plans, application for payment review and approval, and other tasks that will need input from the Engineer -of -Record. Record drawings will be required as well. DELIVERABLES All drawings will meet the statutory requirements for plans filed for public record. 1. Plans at 30% (inclusive of completed survey), 2. Plans at 60% with Engineer's Opinion of Probable cost (OPC), design basis and calculations, 3. Plans and complete specifications at 100% ("Bid Set" signed & sealed with Engineer's Opinion of Probable cost, and final calculations), 4. "For Construction" set of plans (signed & sealed final for construction), 5. Post construction Record Drawings. *Items #6 & #7 below are part of the FEMA Grant requirements. The ENGINEER is responsible for coordinating directly with FEMA to satisfy all necessary deliverables to complete the Hazard Mitigation Award. 6. Project Conditions and Requirements: Engineering: a. The Engineer shall submit signed and sealed Engineering Plans that clearly show the engineer's estimate of the pre -project (existing conditions) and post -project mitigation effects of the proposed project and the relationship of the damages to be mitigated (commaisurate with the level of funding requested). The Hydrologic & Hydraulic study shall contain at least three scenarios, where one represents the level of protection; under each scenario, the Sub -Recipient must identify the losses before and after mitigation (structural, content, displacement, road closure duration, or any other needed to show the improvements after the mitigation project is implemented). This includes, but is not limited to, the existing and proposed hydrology and hydraulics for the level of event being mitigated. This is part of the Task B8 Benefit -Cost Analysis. b. Demonstrate mitigation effectiveness, in part, by showing the physical location(s), and elevation(s) of the infrastructure/structures that were damaged by Hurricane IRMA and FEMA Special Flood Hazard Areas on the same plan. This is part of the Task B8 Benefit -Cost Analysis. C. Submit a final Phase I Fee Cost (survey, design, permitting) and a revised construction cost estimate for Phase II Construction Materials and Labor. 7. Historical Preservation compliance documents shall be obtained. Review documentation required: a. Color maps including topographical and aerial with the area clearly marked. b. Color photographs (electronic) of any area with ground disturbance (ex. erosion, destabilization, excavation, etc.) C. Indicate if project site is within a designated historic district or historic neighborhood. 0 M .2 0 V) 00 00 ti 0 N c m E z M Q Packet Pg. 610 Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled "RPS Instructions" included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Packet Pg. 611 w _00 00 O N (S;uauaanoidwi Jamb uopioE) aaddn ML-OZ# SdN : OZVGO BUNUOU ISUI=l ML-OZ :;uGwt43844d �y O O O x o 0 0 F y O C> C F it D A C C 0 N° x •C O u A U O .y O w � O U � U � y U � bA C O � �xW � ti � o 0 v rim- -M oliier Count4 Cover Letter I .Ability of Professional Personnel I Resumes 10 2. Past Performance 36 Reference Questionnaire 42 3. Project Approach,Willingness to Meet Time & Budget Requirements 48 4. Recent, Current, and Projected Workloads of the Firm 55 5. Forms Vendor Checklist Form I :Vendor Declaration Statement Form 2: Conflict of Interest Certification Affidavit Form 3: Immigration Affidavit Certification & E-verify profile Exhibit I FEMA Grant Forms 2021 W-9 Insurance and Bonding Requirements Addendums I & 2 Other: Licenses, Certifications ENGINEERING January 15, 2021 Collier County Government, Procurement Services Division 3295 Tamiami Trail East, BLDG C-2 Naples, FL 341 12 Re: Design Services for Upper Gordon River Improvements, RPS 20-7818 Dear Selection Committee: Johnson Engineering is pleased to submit our Letter of Interest to provide Collier County with design -related professional services to assist with flood mitigation in the Upper Gordon River. As a Florida -based engineering firm headquartered in Southwest Florida, we take immense pride in designing stormwater improvement projects that benefit our community and we are excited to design improvements for areas that were impacted by Hurricane Irma. Our approach begins with assembling the right team for the project. Our in-house surface water team has been modeling watersheds throughout Southwest Florida for decades and is accomplished in backwater profile modeling for adjustments to FEMA Flood Insurance Rate Maps. Advanced water control features such as remote operation and telemetry for the weir gates will be designed by our in-house electrical, instrumentation and controls engineer. Knowing that the County desires a consulting team with extensive experience related to FEMA projects, our design team includes Tomasello Consulting Engineers. Our team brings unmatched local knowledge, resources, and commitment to Collier County. As with any disaster recovery efforts, project timing is critical. Keeping the project on schedule is highly dependent on aspects such as early planning, permitting knowledge and plan development with a feedback loop that includes the County and the Federal Emergency Management Agency (FEMA). With offices in Naples and Fort Myers, we can conduct team coordination meetings on short notice. Our extensive experience with the environmental permitting process through the Florida Department of Environmental Protection, South Florida Water Management District and the U.S. Army Corps of Engineers means our design team knows the ins and outs of the permitting process. Being able to identify which project components are exempt from the permitting process, which can be constructed under exiting permits or exemptions, and which are likely to require extensive permitting is crucial in the early planning and design. Johnson Engineering has been on several successive Collier County vendor libraries for a range of services including civil engineering, transportation, environmental, utilities and planning. We have a consistent record of staying within budgets and completing work timely. We have a long history of designing regional stormwater improvement projects in Southwest Florida, including weirs with telemetry control and channel improvements. We are eager to continue our work with the County and we look forward to your favorable selection. Sincerely, JOHNSON ENGINEERING, INC. Erik Howard, PE, PS Project Manager (239) 461-2441 ehoward(dJohnsoneng.com 2350 Stanford Court ■ Naples, Florida 34112 (239) 434-0333 . Fax (239) 434-9320 1. ABILITY OF PROFESSIONAL PERSONNEL ENGINEERING COMPANY OVERVIEW Team's Level of Experience on Similar Projects The proposed stormwater conveyance improvements for the Upper Gordon River is a multifaceted project, requiring a diverse team of experts to carry the project to a successful and timely conclusion. Depth of Experience Our project manager and team for this stormwater improvement project have knowledge, credentials, Centuries of combined experience and proven abilities to perform the services demanded for this project. Along with the credentials and has immersed our team of licensed professionals into Florida's geography, leadership that our personnel deliver on every task, we bring the resources of up to 120 professionals giving us a rare perspective into within our firm, all located in Southwest Florida. Our team also brings the resources of four specialty development of the area and an subconsultant firms to provide unmatched expertise across the board. appreciation of the changes. Johnson Engineering's experience in designing regional stormwater conveyance improvements that Full Range of Services mitigate flooding to upstream communities is unmatched in Southwest Florida. Over 50 major water Specialized teams of licensed control structures designed by Johnson Engineering are in place today throughout Southwest engineers, land planners, landscape Florida. Nearly all the structures were surface water retrofit projects that required a thorough review architects, surveyors, ecologists, water of the regional hydrology and hydraulics to ensure placement of the weir or other feature would not resources experts, transportation, and cause negative impacts to the upstream communities. Below is a list of similar major water control utility designers provide all aspects needed to complete every project. improvements we have designed over the past several decades. Although some weirs did not include telemetry control, most were designed to allow retrofitting later and many were targeted at improving Long Term Commitment surface water quality. Our team's average tenure with Johnson Engineering is 13 years. Golden Gate Weirs: 1, 2, 3, 4, 4A- 1, 5, 7, 7A More than half of our employees have City of Fort Myers Downtown Basin been with us for more than 10 years, Gateway System: 1, 2, 3, 4, 5 20% have been with us for more Briarcliff Canal and Weirs (multiple structures) than 20 years, and an unprecedented Ten Mile Canal and Weirs (multiple structures) I I % have been with us for more Six Mile Cypress Weirs (multiple structures) than 30 years, showing our team's IDD Canals and Weirs (multiple structures) commitment, continuity and dedication to the area. Sanibel Island Weirs (multiple structures) City of Cape Coral Weir renovations: Chiquita, Gator Slough, and #29 Local Knowledge Babcock Ranch Weirs: North, Curry Lake, Big Island We can provide invaluable historical Charlotte CountyWeirs:Tucker's Grade, Webb, Alligator Creek, data of the local area and our Port Charlotte Weirs: Lionheart, Niagara, Elkham, Morningstar conveniently located offices allow us to provide prompt service Box culvert design on dozens of State and County highways and communication through every step of your project. The Upper Gordon River Stormwater Management System improvements will need extensive permitting from start to finish. Our firm has the permitting expertise in-house to navigate you through the process. Our extensive experience in environmental permitting includes over 230 environmental resource permit (ERP) applications in the past five years, about half of which were for governmental clients. Our diverse experience also includes work for other counties, work for FEMA-involved projects, and work on projects receiving federal grant funding. We understand the rules and responsibilities of performing under terms of County contracts receiving federal and state funding. ••'•' ' ENGINEERING (Affirmative Action Employer L-9 --7 In -House Expertise The depth and diversity of experience within Johnson Engineering allows us to provide the comprehensive services of a larger firm with the cost efficiency and attentiveness of a smaller firm. Our recent stormwater experience includes the conceptual design of seven regional flood mitigation projects in the South Fort Myers area forthe Southern Lee County Flood Mitigation Plan. Each of the seven conceptual projects had multiple sub -components, including a total of 14 proposed weirs with telemetry control, 21 stormwater pumps, and over two miles of seawall -lined canal banks. Johnson Engineering also performed detailed hydrologic and hydraulic modeling for the project, including a detailed analysis of proposed stormwater conveyance improvements for4.6 miles of canals, 3 proposed weirs with telemetry control, and a peak flow of 3,100 cfs. As mentioned in the County's solicitation and in the conceptual design report, canal dredging can provide flood mitigation benefits by providing an enlarged cross section to reduce the energy loss and increase capacity of the system. A portion of this was completed a decade ago, when the County received Exemption No. I 1-03149-P from the South Florida Water Management District (SFWMD) for canal dredging from Royal Poinciana Drive to the existing rock weir upstream. The dredging can also be for water quality improvement by removing detritus and sedimentation that has accumulated over the past decades. Our Water Resources group has designed, permitted, and performed Construction Engineering Inspection (CEI) services for past dredging projects for the City of Sanibel, Peace River Manasota Regional Water Supply Authority, Charlotte County, Lee County, and the City of Fort Myers. Some of the challenges faced by Collier County will be staging areas and spoil disposal. Rules and regulations continue to change and there will be more monitoring on the upcoming dredging than there has been in past projects. We have assisted other clients with these procedures whether the work is done as part of the dredging contractors responsibility or as part of the CEI work that we do for our clients. Our stormwater team works in tandem with our in-house hydrogeologists to demonstrate proposed projects will not adversely impact surrounding properties or natural systems. We have extensive experience and qualifications in seepage analysis, flownet calculations, regulatory agency permitting, and hydrogeologic testing. These items will likely be needed to demonstrate the proposed weir structure on the Upper Gordon River will not only mitigate flooding impacts but also increase upstream wetland hydroperiods. The right model for a project may be simple analytical spreadsheet calculations or a multi -layer, calibrated numerical model with surface water and groundwater relationships. Our team understand which approach will work best for which project and can develop scientifically defensible models for any number of scenarios. Understanding models and knowing how to select the right tools for the job is the most important part. 0 0 ------------------- Our in-house CEI department will provide constructability review during design and permitting. Our firm is involved during construction of projects throughout the region day in and day out, which has allowed us to create internal spreadsheets of recent bid tabulations for public and private construction projects for each county in Southwest Florida. This timely information in turn assists our design group when developing an Engineer's Opinion of Probable Cost for related projects. We also have two inhouse licensed commercial drone pilots and have found this to be a useful tool not only during construction but also early in the design to help identify potential environmental issues and existing flow obstructions that are in remote regions of the study area. Other complementary groups within ourfrm include transportation, survey, environmental, landscape architecture, public utilities, and site development. For Collier County Public Utilities, we program, manage, monitor, install, and operate approximately 90 telemetry sites that monitor utility pipeline pressure and pond levels for the Potable Water, Wastewater, and Irrigation Water Quality systems. Johnson Engineering hosts the data server that communicates with the Telog system to tlVb I NIZLK I NU Affirmative Action Employer Ideas FEMA BCA V6.0 Ideas Sensitivity Add -Ins download data at various times of the day, which County staff can review remotely via a web module. We have implemented alarm notification functions for a portion of the telemetry sites that notify County operations staff via email in the event of a pressure drop, pressure spike, or high pond level. This allows County staff to respond immediately and reduce or even prevent system outages. Many design projects in developed areas need to know the location of underground utilities in three dimensions. Johnson Engineering has specialized subsurface utility exploration (SUE) equipment to provide that information.The soil above the utility line is vacuumed away providing access to locate the line horizontally and measure the elevation of the top along with its diameter. Once location measurements are collected, the soil is replaced around and over the line. Our survey department regularly performs bathymetric and hydrographic surveys of ocean passes, lakes, rivers, creeks, and canals. Our survey and water resources staff I have worked together for decades to monitor changes in bottom sediment, verify dredging quantities on contractor pay applications, and collecting waterway cross section , information. The extent of required improvements for a stormwater retrofit project cannot be known until the existing conditions are well understood and documented. f, Accurate and expedited transmittal of underwater survey = _ information is therefore critical early in the project to help guide the design, identify and better understand existing project constraints, and select the most appropriate existing channel roughness coefficients to use in the flow modeling. Our staff have conducted waterway surveys with enough regularity that we can use software shortcuts to build a one-dimensional backwater profile model using topographical survey points in a matter of minutes, significantly reducing the time to complete a task that previously required manual data input and took hours to complete. FEMA Experience Johnson Engineering andTomasello Consulting Engineers, Inc. (TCE), have performed flood evaluations for more than three decades. Our team has experience with Community " Rating System (CRS) administration for the FEMA National Flood Insurance Program 6 Share A C (NFIP), stormwater utility management and administration, wave analyses with the FEMA CHAMP software, Federal Insurance Rate Map (FIRM) development, Letter of Map Revisions (LOMRs), Physical Map Revision (PMR), and capital project development and delivery. FEMA Benefit -Cost Calculator w Ste//,• 0.0n,..ep,�,�.�.: Our team has many members who have developed, signed, and sealed hydrologic and hydraulic models necessary for projects like yours. Many models have also successfully been used to prepare a FEMA Benefit Cost Analysis. Critical to any analysis is the input that goes in. Developing accurate costs estimates is a fundamental part of the analysis. Our team keeps up to date with the construction industry and the present prices. Furthermore, we understand the cost implication s��sa maw to owners and contractors when abiding by stipulations governed by the funding source, which often increases the cost of the work. Stormwater Modeling: S2DMM Model TCE has extensive experience in simulations with hydrologic/hydraulic/hydrodynamic and hydrogeologic analyses and modeling. The S2DMM model is 2-D, grid -based surface water model that can handle channel flows, structure operations, sheetflows, water management system designs, and utilizes built- in MODFLOW routines for groundwater flow computations. S2DMM was developed by TCE to be used primarily in South Florida. S2DMM has been certified by South Florida Water Management It 11 U 1 11 It It K 1 11 U Affirmative Action Employer i J District and FEMA for flood studies and has been accepted by SFWMD for hydrologic/hydrodynamic model applications for long term simulations (multiple years) of hydro -periods and hydro -patterns. S2DMM has also been applied in several wetland restoration projects for mitigation banks and for other development related mitigation efforts. TCE has worked with the S2DMM model for each of the watersheds of Collier County (12 setups). This modeling has been accomplished in coordination with Collier County, South Florida Water Management District, and FEMA to develop flood insurance rate maps (FIRMS). These basins included highly developed areas, large agricultural operations, large natural wetland areas and sloughs, and flatwood areas. S2DMM is well suited to simulate all land uses found in the watershed of the Upper Gordon River. TheTCE models of these basins were calibrated and validated to actual monitored stages and discharges. Modeled stages were required by FEMA to be within 0.5 feet of observed. The S2DMM model also has integrated groundwater routines (from USGS MODFLOW) that simulate the groundwater reaction and transport as well. S2DMM model provides for extremely fine resolution for topography (LiDAR topo) useful in surface water storage and overland flow cross sections that is unmatched by other hydrodynamic models. Surface storage is extremely important in proper representation of the runoff rates and volumes. Environmental Services Our team's capabilities to provide environmental consulting services are supported by the excellent rapport we have developed with the permitting agencies. Our permitting experience includes Environmental Resource Permits (ERP's) from the Water Management Districts and Florida Department of Environmental Protection (FDEP); Section 404 dredge and fill permits from the U.S. Army Corps of Engineers (USACOE); bridge permits from the U.S. Coast Guard; Coastal Construction Permits from FDEP; and National Pollutant Discharge Elimination System (NPDES) Permits from the U.S. Environmental Protection Agency (EPA) and FDEP. We have participated in numerous projects requiring National Environmental Policy Act (NEPA) documentation in accordance with Federal Highway Administration (FHA), Federal Aviation Administration (FAA), USACOE, Bureau of Indian Affairs (BIA), U.S. Department of Interior (DOI), and EPA requirements. Johnson Engineering's in-house environmentalteam has assisted Lee Countywith several environmentally sensitive projects, including Joel Boulevard Park, Metro Parkway Mitigation in Six Mile Cypress Slough Preserve, Alico Road Jurisdictional Determination, Pinewoods Wellfeld Improvements, Powell Creek Preserve Filter Marsh, Wild Turkey Strand parcel permitting and the monitoring associated with the Section 33 Regional Mitigation Site. These projects demonstrate our firm's strong technical capabilities and ability to resolve unique project challenges ranging from issues such as addressing habitat impacts to the endangered Florida panther to conducting acoustic and roost site surveys for the Florida bonneted bat. jurisdictional Delineations Habitat &Vegetation Mapping USACOE Permitting Wetland Resource Permitting Environmental Impact Assessments Dock & Shoreline Permitting Mitigation Compliance Mitigation Alternative Analysis, Design & Monitoring Mitigation Bank Permitting Mitigation Construction Inspection Biological Assessments/Listed Species Surveys Expert Witness Water Level Monitoring GopherTortoise Surveys & Relocation Permit Compliance & Construction Permit Application Coordination Inspections NPDES Permitting GIS Analysis LNU I NIZLK I NU Affirmative Action Employer I. Ability of Professional Personnel FEMA CpTomasellopConsulting Tomasello Engine Richard To CF FEMA Consultantsultant Tomasello ConsultingnsultinEngineers, Inc.,g Chris Murphy, PE, ME, Engineers, Inc. MPA Patricia Grunwald 1 Water Quality Rick Acosta, PE, CFM Hydrogeologist Kim Arnold, PG Project Manager Local Liaison/ Development Erik Howard, PE, PSM Jared Brown, PE IT S J Project Engineer Quality Control Jordan Varble, PE AndrewTilton, PE GIS Mike Lohr, PSM Development Dana Hume, PE lAwIVr Grant Assistance Laura DeJohn,AICP Environmental Licensed Drone Pilot Survey &Mapping Constructability Electrical Engineering Landscape Architecture Laura Herrero, CSE David Isley Guy Adams, PSM Vee Lofton Wayne Wright, PE Jeff Nagle, RLA Erin Hinklin Ecologists Gary Nychyk, CE GregThomas,AE Arl � . • Archaeological Ardaman &Associates Consultants, Inc Cella Molnar Geotechnical Public Involvement Archaeological Ivan Sokolic, PE MarionAmy,RPA Hydrogeological Kaye Molnar Jerry Kuehn, PE Structural Ross McGillivray, PE Collier County JOHNS Design Services for Upper Gordon River Improvements RPS No. 20-7818 1 January 15, 2021 Erik Howard, PE, ll - Project Manager Erik joined Johnson Engineering in 2003. He earned both his Master of Engineering and Bachelor of Science in Civil Engineering degrees from the University of Florida. As an engineer and surveyor, with multiple contractor licenses, Erik is familiar with both the technical and construction side of projects. Also, as a LEED accredited professional, Erik recognizes the environmental concerns associated with projects that potentially jeopardize water resources. Erik's experience as an engineer includes modeling of surface water, groundwater, pipe hydraulics, pump hydraulics, potable water systems, irrigation water systems and wastewater system. Erik is experienced in data analysis, design, permitting, bidding, and construction administration of a variety of types of projects. Erik leads and assists all market groups within Johnson Engineering for surface water management systems. He routinely performs detailed calculations, prepares specialized plans and specifications for projects that require an'out-of-the-box' approach. Erik's technical background and practical experience allows him to handle any surface water project, whether it be simple flow data analysis or complex water quality calculations. Jared Brown, PE, LEED All - Local Liaison/Development Jared Brown joined Johnson Engineering in 201 1 as a project manager and is responsible forthe dayto day operations ofthe Naples office. A Florida native and resident of Collier County since 1999, Jared has worked on a wide range of projects in and around Naples. Jared has been responsible for project management, civil design, drawing preparation, specifications and construction observation for commercial, institutional and residential projects. Including project engineer for multiple Collier County Public Utility projects throughout the community. Jordan Varble, PE - Project Engineer Jordan is a project engineer in the company's water resources group. His engineering design experience includes stormwater hydrology and hydraulics,flow in open channels,water demand calculations, drainage design and wastewater system hydraulics. Additional expertise includes regulatory permitting, technical report writing, data analysis, land surveying, engineering due diligence and expert witness engineering reports. Jordan has designed many types of stormwater drainage system components, including storm sewers, flow control devices, detention basins, Best Management Practices and Low Impact Development for governmental, institutional, residential and commercial developments throughout Southwest Florida. Andrew Tilton, PE - Quality Control Andy is the director of the water resources market group. Andy has served as the senior engineer for surface water on .:, many of the f rm's projects, ranging from residential to agricultural to roadway projects. He provides direction for monitoring, permitting, design and construction related issues.Andy enjoys a solid rapport with local regulatory agencies. He has worked on the South Lee County Watershed Plan, various versions of the Lee County Surface Water Master Plan, the Six Mile Cypress Watershed Pan, and the NPDES MS-4 permit application for Lee County. RickAcosta, PE, CFM -Water Quality W_7 Rick is a stormwater engineer on the surface water management team. He handles the design and permitting of surface water management systems that service mixed use developments, roadways and municipal projects. Rick is also a Certified Floodplain Manager and is accomplished in backwater profile modeling for adjustments to FEMA FIRMS. His modeling experience also analyzes water quality for treatment facilities related to municipalities achieving their obligations under the TMDL program, including one for the City of Fort Myers following the construction of one for Lee County. He has modeled many residential sites for floodway adjustments and recently completed a roadway alteration for an FDOT CSIP. Kim Arnold, PG - Hydrogeologist Kim performs hydrogeologic investigations, water resource assessments, hydrologic monitoring program development, and various types of regulatory permitting. Kim prepared the deep injection well permit construction application for Lee County Utilities' Green Meadows Wellfield, and was project manager for the Green Meadows IW- I operational permitting and IW-2 ana proviaea various services in support or ine careen meaaows weuneia expansion. rim worKea Tor the �>rvvmu as a hydrogeologist involved with water use permitting priorto joining Johnson Engineering. She has experience with groundwater modeling, hydrologic data analysis, and the use of GIS in addressing water resource and environmental issues. ENGINEERING Affirmative Action Employer At Mike Loll PSM - GIS Mike is uniquely qualified to integrate traditional survey accuracies into GIS systems. Mike coordinates GIS projects for the firm and is currently involved in developing Internet mapping capabilities and services for use by in-house and clients. Mike was responsible forthe Upper Estero River Basin Historic Aerial Imagery and Land Use GIS Analysis for Lee County Utilities related to a permit application. This work involved processing and geo-referencing hundreds of individual historic aerial imagery tiles dated back to 1944 followed by land use delineations and GIS analysis of the changing land use patterns over a 50 square mile area. He has also worked on Green Meadows and Corkscrew Wellfield projects. Dana Hume, PE -Development Dana joined Johnson Engineering in 1989 and has nearly three decades of civil engineering experience. During his time with the firm, Dana has overseen residential, commercial, educational, and institutional projects. In addition to managing the development department in Lee County since 2005, his responsibilities include being the project manager and professional engineer for all phases of development, including site planning, infrastructure design, government agency permitting, quality control, construction administration and contributing to LEEDs credits while continually coordinating with his clients, consultants, and team members to meet the client's vision, goals, and schedule. Dana manages development projects for many clients, such as Florida Gulf Coast University, Florida Southwestern State College, and Lee Health.Working with FGCU Intramural Department, we have designed the replacement of the intramural felds.We have worked with Canterbury High School to refurbish their practice and football fields. We have also worked with Lee County on the total replacement of the North Fort Myers Aquatic center pool and deck in less than one year from the time of the initial meeting on site to determine the existing pool had major issues. Laura Dejohn,All - Grant Assistance Laura is the director of the firm's planning and landscape architecture group. She has 23 years of professional experience in the planning field in Southwest Florida. Priorto joining Johnson Engineering in 2004, Laura served over five years as a planner for the City of Naples, Florida, where she assisted with preparation and implementation of the Airport Noise Impact Zone Land Use Regulations according to the Naples Airport Part 150 Study. Laura Herrero, CSE - Environmental Laura serves as director of the firm's environmental consulting team, and has 25 years of experience. She is a FAA Qualified Airport Wildlife Biologist, Certified Ecologist with the Ecological Society of America, and FWC Authorized GopherTortoise Agent. Laura has successfully completed many projects for the Lee County Port Authority (LCPA) and is a member of their Hazardous Wildlife Working Group that meets bi-monthly to continually assess hazardous wildlife issues related to both the Southwest Florida International Airport (RSW) and their general aviation Page Field Airport (FMY). Most recently, Laura was the lead environmental consultant for the permitting and implementation of the RSW Remediation of Hazardous Wildlife Areas project.This project converted over 300 acres of hazardous wildlife habitat in and around the Air Operations Area (AOA) to grassed areas that could be maintained by mowing. In accordance with the design standards of FAA Advisory Circular 150/5200-33B, approximately 14 miles of steep -sided, rip -rapped ditch banks were also created from shallow, vegetated conveyances both inside and outside the AOA that had been identified as a hazardous wildlife attractant during the RSW Wildlife Hazard Assessment (WHA). Laura was badged by the LCPA to work and drive inside the AOA to conduct wildlife monitoring and ensure best management practices were in place to minimize the wildlife hazard attractants that may arise during the construction process. Gary Nychyk, CE - Ecologist Gary has a Bachelor of Science degree in Marine Biology from the University of West Florida and has worked in the environmental and planning fields since 1999. Gary's primary focus is on vegetation mapping, wildlife surveys, protected species management plans, wetland jurisdictional determinations, and wetland mitigation monitoring. He is an FWC Authorized GopherTortoise Agent and maintains 20 ultrasonic acoustic recorders used to survey for the endangered Florida bonneted bat. He also conducts Stormwater Pollution Prevention Plan and Spill Prevention Control and Countermeasures annual site compliance evaluations and training events at Southwest Florida International Airport and Page Field General Aviation Airport. He works closely with the USACE, the SFWMD, FDOT, FDEP Florida Department of Emergency Management, FWC, FWS, as well as local city and county agencies. tlVb 11VttK I NU Affirmative Action Employer GregThomas,AE - Ecologist Greg joined Johnson Engineering with a Bachelor of Science degree in 2015. He is an authorized gopher tortoise agent by the Florida Fish and Wildlife Conservation Commission and recently received his Associate Ecologist designation by the Ecological Society of America. His duties include wildlife and vegetation surveys, wetland mitigation monitoring, protected species surveys and relocations, habitat and exotic vegetation mapping, wetland delineation, and hydrologic monitoring. David Isley -Drone Pilot David is a Fort Myers native who joined Johnson Engineering in 2017 as an instrument tech with the survey department. He then transferred into the environmental department in September 2017 assisting the project managers on species surveys, vegetation surveys, wetland delineations, monitoring, and reports. David is a Certified FAA drone pilot (August 2018) providing the firm and clients with aerial observation/reconnaissance for marketing and monitoring of project construction. He has also recently been certified as an Authorized Burrowing Owl Agent. Guy Adams, PSM -Survey Guy has been surveying in Collier County for over 40 years with over 33 years' experience as a licensed professional. He has a proven track record with clients such as Collier County, Florida Dept. ofTransportation, Florida Dept. of Environmental Protection, South FloridaWater Management District, City of Naples, Naples Airport Authority, Collier County Public Schools, private landowners, architects, engineers, and developers. Guy is thoroughly familiar with many aspects of the Surveying and Mapping profession. Drawing on his vast surveying experience he is responsible for projects like, control surveys, construction staking, as-builts, boundary surveys, right of way surveys, platting, sketch and legal descriptions, topographic surveys, and hydrographic surveys. Vee Lofton - Constructability Vee is the director of our CEI team. He has 31 years of experience in roadway and bridge construction and project administration.Vee is also a former Consultant Program Manager for FDOT.Working out ofthe Fort Myers Operation Center, he was in charge of overseeing consultant CEI projects. His experience with FDOT gives Vee an in depth understanding of what the Department expects from their CEI consultants.Vee will serve as the senior CEI project administrator. His primary function will be Quality Assurance and Quality Control as well assisting with FDOT coordination. Erin Hinklin - Constructability Erin has experience working in the CEI industry on various County and Private construction projects. He has considerable CTQP training and continues to seek and obtain additional qualifications. Erin is well versed in roadway construction, railway construction, major utility construction, and FDOT materials sampling and testing requirements. His duties include QC and VT testing and inspection, performing field concrete testing, checking and verifying various elements of construction for compliance with plans, specifications, and design standards, and performing turbidity monitoring tests and generating reports as required by various permitting agencies. Most recently, Erin has been IeadVT technician on 2 concurrent roadway projects in Collier County (Tree Farm Road and City Gate Boulevard North extensions). Wayne Wright, PE - Electrical Engineering Wayne has 39 years of experience working as an Electrical, Instrumentation & Controls (EI&C) engineer. His experience includes design and implementation of instrumentation, process control, industrial control, systems integration and commissioning, site and process evaluations, SCADA architecture, networking, telemetry, and PLC/HMI/OIT programming. Wayne has provided electrical designs for motor control, emergency generator installations, instrumentation, low voltage power distribution, lighting, and lightning protection for water, wastewater, and stormwater facilities. He worked on the LCU Corkscrew WTP wellfield fiber communications upgrade and is performing ongoing work for the LCU Pinewoods WTP Wellfeld power upgrade. He also recently completed the initial EI&C design plans for the North Lee County Deep injection. Jeff Nagle, RLA - Landscape Architecture Jeff joined Johnson Engineering in 2012 as a principal landscape architect. He brings a versatile skill set and a reputation built on providing the highest quality of service to both public and private sector clients with on -time and on -budget deliverables. Having worked in both the public and private sector, Jeff brings a broad range of experience to apply in practice, using an innovative management approach to guide projects from the planning and design phase, through permitting, development and construction. Jeff's specialties include master planning, parks and recreation, streetscapes, roadway, environmental reclamation and mitigation. Low Impact Development. and lighting design. ENGINEERING Affirmative Action Employer IJ - Tomasello Consulting Engineers - FEMA Consultant Tomasello Consulting Engineers, Inc. (TCE) is a licensed Florida and North Carolina Engineering firm that has served �J clients primarily in the area of riverine hydrologic/hydraulic studies and coastal flooding problems for over 30 years. TCE is a full service floodplain management firm with Professional Engineers, GIS Professionals, and Certified Floodplain Mangers on staff. CELLMAOLNnR Cella Molnar & Associates - Public Involvement Over the past twenty years, Cella Molnar & Associates, Inc. (CMA) has conducted over 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'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. Ardaman Ardaman & Associates, Inc - Geotechnical Ardaman is one of Florida's largest geotechnical, materials engineering, and environmental consulting firms. Since its founding in 1959, the company has grown and expanded its scope from Florida to national and international operations. Ardaman's projects include roadways, high-rise buildings, treatment plants, airports, elevated water tanks, pavements, effluent disposal systems, bridges, evaluation of historical structures, residential structures and a wide variety of other types of projects. Archaeological Consultants, Inc. (ACI)- Archaeological Archaeological Consultants, Inc. (ACI), Florida's oldest full -service cultural resource management (CRM) company, is a woman -owned business, certified by the Florida Department of Transportation (FDOT) as a Disadvantaged Business Enterprise (DBE) and by the State of Florida as a Minority Business Enterprise (MBE).The frm's experienced staff of archaeologists, architectural historians, GIS specialists, technicians, and administrative personnel has the education, specialized training, and technical skills to provide cultural resource assessment surveys, NRHP nominations, Case Studies, Memoranda of Agreement, 4(f evaluations, resource mitigation, CRM training, and other CRM services. tlVb 11VttK I NU Affirmative Action Employer ERIK HOWARD, PE, PSM Director of Surface Water Management ehoward@johnsoneng.com 239.461.2441 Years Experience 19 years Licensing & Registration Florida Professional Engineer, License No. 66574 Florida Professional Surveyor and Mapper, License No. 6959 State of Florida Certified General Contractor, License No. CGC 1517855 State of Florida Certified Electrical Contractor, License No. EC 13005228 State of Florida Certified Plumbing Contractor, License No. CFC 1428169 State of Florida Water Well Contractor, License No. 7278 Leadership in Energy & Environmental Design Accredited Professional (LEED AP) Education/Training Master of Engineering, Hydrological Sciences Concentration, (2003), University of Florida Erik joined Johnson Engineering in 2003. He earned both his Master of Engineering and Bachelor of Science in Civil Engineering degrees from the University of Florida. As an engineer and surveyor, with multiple contractor licenses, Erik is familiar with both the technical and construction side of projects. Also, as a LEED accredited professional, Erik recognizes the environmental concerns associated with projects that potentially jeopardize water resources. Erik's experience as an engineer includes modeling of surface water, groundwater, pipe hydraulics, pump hydraulics, potable water systems, irrigation water systems and wastewater system. Erik is experienced in data analysis, design, permitting, bidding, and construction administration of a variety of types of projects. Erik leads and assists all market groups within Johnson Engineering for surface water management systems. He routinely performs detailed calculations, prepares specialized plans and specifications for projects that require an 'out -of -the -box' approach. Erik's technical background and practical experience allows him to handle any surface water project, whether it be simple flow data analysis or complex water quality calculations. Relevant Experience City of Fort Myers, Eastwood Golf Course Reuse Lake - Designed and provided construction observation services for an 1,800 gpm irrigation pump station, 1,700 gpm emergency surface water pump station and a two acre geo-textile membrane lined pond. Florida DOT, Seasonal Variability of Near Surface Water and Groundwater Tables in Florida - Performed an evaluation of water level data and NRCS soils data to determine statistical relationship between hydric soils, frequency of inundation and the amount data needed for significance. Lee County Utilities, Olga Source Water Evolution - Project engineer responsible for conceptual wellfield design and reservoir routing analysis. Developed a serious of reservoir routing models used to size a future off-line reservoir for Lee County. The routing models included a myriad of scenarios relating to the C-43 West Reservoir, 5 or 10 MGD MGD demand, 959' / 100% reliability, with/without ASR wells, time varying withdrawal periods, and flow reduction associated with climate change, while still meeting the current MFL. Private Client, Long Island Marsh Nutrient Loading Assessment - Estimated nutrient loading from a 250 square mile area and predicted various loading changes based on population growth, future land use, and BMPs. The project also evaluated the potential benefit from a 6,400 acre treatment wetland. FDEP, Long Term Discharge Study - Developed and performed calculations to determine flow through 14 unique storm structures based on collected water level data. Collier County Storm Water Department, Lasip Pump Station - Designed and provided construction observation services for a 34 MGD surface water pump stations. The pump station consisted of two 12,000 gpm pumps used to rehydrate wetlands from an adjacent bermed canal. The pump station included two 5'x10' box culverts along with a 30-inch diameter discharge piping. Lee County Natural Resources, Daniels Preserve at Spanish Creek - Provided Construction Observation and Inspection services for water quality improvement project consisting of pipeline and pump station construction. Lee County Natural Resources, Powell Creek Filter Marsh - Assisted with the design and construction and observation services and was directly responsible for a pump station which included complex relay logic for operational control to negate the need for PLC programming. B.S. in Civil Engineering (2002), Lee County Utilities, Green Meadows Water Treatment Plant Expansion - Engineer of University of Florida Record for hydraulic modeling, design and permitting (FDEP ERP, FDEP PWS, USACE, FWC, FDEP UIC) of a wellfield expansion for the Lee County Utilities Green Meadows Civic Water Treatment Plant Expansion. The project entailed evaluation of 27 existing wells Charlotte County Construction within the Surficial and Sandstone aquifers, design of six Floridan aquifer wells, two deep Licensing Board 2010-2018 injection wells, two dual zone monitor wells, 60,000 feet of pipeline, and five mile long access road along with all surface water management facilities. LNU I NIZLK I NU Affirmative Action Employer JARED BROWN, PE, LEED AP Jared joined Johnson Engineering in 2011 as a project manager and is responsible for the day to day Collier County operations of the Naples office. A resident of Collier County since 1999, Jared has worked on a wide Branch Manager range of projects in and around Naples. He has worked with non -profits, local municipalities, developers, architects, engineers and contractors on multiple simultaneous projects. Serving as the point of contact for clients, project design teams and sub -consultants. Jared has been responsible for project management, civil design, drawing preparation, specifications and construction observation for commercial, institutional and residential projects. Including project engineer for utility and roadway infrastructure at Ave Maria and project manager for the development of the Naples Botanical Garden. Relevant Project Experience CCPS Bus Facility Expansion; Collier County Public Schools, Immokalee, Florida - Project engineer for two separate expansions of the school bus parking and maintenance facility. Addressed SFWMD permitting, wetland impacts, and the integration of new wash jbrown@joh and fueling improvements into the existing site plan. 39.28 .4321g.com 239.280.4321 Indian Hill Estates; Calusa Pines Golf Club; Naples, Florida - Project Engineer for design and permitting of a 380 unit subdivision of the 525 acre Calusa Pines Golf Club within the Years Experience Rural Fringe Mixed Use District utilizing TDRs to increase residential density. 22 years - Naples Botanical Garden; Naples, Florida - Project Engineer for the development of the 171-acre Naples Botanical Garden. Providing surface water management design/retrofit, Education/Training utility planning services and Collier County, South Florida Water Management District and B.S. Civil Environmental Florida Department of Environmental Protection permitting. Engineering (1996), " First Street Zocalo; Collier County CRA, Immokalee, Florida - Project Engineer for the University of Florida development of public park/performance space in down town Immokalee. Licensing & Registration Southeast Immokalee Revitalization; Immokalee, Florida - prepared subdivision Florida Professional Engineer, construction plans, utility design, roadway design, and water management design for a License No. 60024 single family/commercial/dormitory facility for the Collier County Housing Authority. Golden Gate Estates Hammerheads; Collier County Board of County Commissioners; LEED Accredited Professional Naples, Florida - Project Engineer for the Solid & Hazardous Waste Management Department's ongoing project to design and construct tum-arounds for trash and recycle collection vehicles. Faith Landing; Habitat for Humanity of Collier County, Inc.; Immokalee, Florida - Project Manager for a 35-acre, 166-unit subdivision. Provided construction administration and project close-out services. Regal Acres; Habitat for Humanity of Collier County, Inc.; Naples, Florida - Project Manager for a 36-acre, 184-unit subdivision. Provided construction administration and project close-out services. Regent Park Sanitary Sewer Replacement; Collier County Government; Naples, Florida - Project Manager responsible for design and construction drawings for replacement of 1,200+/- linear feet of sanitary sewer. Goodlette-Frank Road Utility Relocation; Collier County Board of County Commissioners; Naples, Florida - Project Engineer for the utilities design of 2.9 miles of 24-inch potable water, six-inch and 20-inch reclaimed water, and 16-inch and 24-inch force mains. Relocation necessary due to roadway expansion and numerous utility and drainage conflicts. Woodcrest Drive Utility Extension; Collier County Board of County Commissioners; Naples, Florida - Project Manager for the extension of 2.5± miles of water and wastewater mains to serve multiple developments. Project included Environmental Resource Permitting through FDEP, US Army Corps of Engineers Nationwide permitting, Gopher Tortoise Relocation, and Bald Eagle monitoring. Crystal -Plantation Roundabout Design; Lee County Government; Fort Myers, Florida - Project Manager responsible for the design and plan preparation for a three-legged roundabout at the existing 'T' intersection of Plantation Road and Crystal Drive. Conversion to a roundabout will help alleviate this condition and provide increased capacity at the intersection. t11U 1111:1:K 111U Affirmative Action Employer IJ Collier Couni JORDAN VARBLE, P.E. Water Resources jvarble@johnsoneng.com 239.46 I : 2431 Years Experience 10 years Education/Training M.S. Civil Engineering Colorado State University (201 1) B.S. Civil Engineering Magna Cum Laude Missouri S&T (2009) Working Proficiency in Spanish Jordan joined Johnson Engineering in 2015 and is a Professional Engineer in the company's Water Resources group. Jordan earned his Master of Science in Civil Engineeringfrom Colorado State University in 2011 and Bachelor of Science in Civil Engineering from Missouri S&T in 2009. Jordan's experience as an engineer includes regional watershed modeling, surface water design, regulatory permitting, well design, groundwater modeling, data analysis, hydraulic pipe modeling, observation and analysis of geophysical logging programs, construction inspection, groundwater testing and analysis, water demand calculations, technical report writing, land surveying, agricultural irrigation system evaluation, engineering due diligence and expert witness engineering reports. Relevant Experience Southern Lee County Flood Mitigation Plan - Phase 3 — Developed regional conceptual projects to mitigate flooding problems highlighted by Hurricane Irma in 2017 for the south Fort Myers area of Lee County. Coauthored the final report that summarized the results from the regional hydrologic computer model for each conceptual project and recommended prioritized improvements. While the project focused primarily on flood mitigation, discussions were also included on water quality, wetland enhancement, recreation and water conservation. Also authored the local model section of the report, performing detailed hydrologic and hydraulic studies of three waterways to better refine the conceptual design and confirm the results of the regional model. Southern Lee County Flood Mitigation Plan - Phase 2 - Member of the Phase II response team following Hurricane Irma in 2017 that identified short-term relief opportunities in major and secondary waterways in south Fort Myers. Work included detailed field investigations, mapping, historical permit research, and a comprehensive summary report. Hendry County Canals Restoration & Mitigation - The FEMA-funded project included hazard mitigation designs of the Austin Relief and Roy Brown Canals in northwest Hendry County. Authored hydrologic and hydraulic studies of the canals and currently designing and permitting improvements to the canals, including bank armoring, culvert replacement and a water control structure. Surface Water Design - Designed stormwater pipe networks for institutional, residential and commercial developments, including The Forum, Lee Health Regional Cancer Center, FPL substations, FGCU, Magnolia Landing, Shell Point, Habitat for Humanity and LeeSar Reginal Service Center. Environmental Resource Permitting (ERP) / Surface Water Management - Named consultant on ArcGIS, AutoCAD, HEC-RAS over 90 ERP applications submitted through SFWMD, FDEP, and SWFWMD for institutional, ICPR4, BMPTrains, and MS Office residential and commercial developments. Work included applications for major and minor ERP modifications through the preparation of stormwater management plans, ICPR & HEC-RAS models, Licensing & Registration and coordination with District staff. Clients include: FGCU, FSW, Cypress Lake Country Club, Professional Engineer PRMRWSA, The Forum, Collier County, Lee Health, Shell Point, West Bay Club, Hendry County, FL License No. 81414 The Brooks Club, FPL, Florida State Parks, Lee County (Utilities, Parks & Rec, Facilities, Port Authority), Verandah, Habitat for Humanity, the Harborage, Magnolia Landing and Bridgetown. Civic - City of Fort Myers Eastwood Wellfield Expansion - Field engineer for construction of two public Volunteer at water supply (PWS) wells at the Eastwood wellfield in Fort Myers, Florida. Project included testing Harry Chapin Food Bank and construction of two Upper Floridan PWS wells completed to 700 feet bls and installation of a 4,000-ft raw water pipeline. Other responsibilities included coordinating with clients and contractors Citizen Scientist for regarding construction activities and testing. CoCoRaHS Rain Network - Lee County Utilities Green Meadows Injection Well and Wellfield Expansion - Field engineer for construction and testing of a Class I Industrial deep injection well (DIW), associated dual -zone Retumed U.S. Peace Corps monitor well system, and six PWS wells in Lee County, Florida. Project included testing and Volunteer construction of a Lower Floridan aquifer DIW well completed to a depth of 3,300 feet bls, a dual zone monitor well system completed to 1,800 feet bls and six Upper Floridan PWS wells completed to depths up to 1,200 feet bls. Prepared the final completion report for the DIW project. Public Water Supply Design & Permitting - Designed and permitted public water supply system components and wells for multiple clients, including: City of Fort Myers, Florida Fish & Wildlife Conservation Commission, Florida Power & Light (FPL), Family Dollar, Van Roekel Veterinary Clinic, and Dollar General. Prepared preliminary design reports, plans, specifications and drawings in support of permit applications through the Department of Health. Potential Water Retention Model (SFWMD) - Used the District's PWRM to evaluate the annual water storage potential for Payson Ranch in Charlotte County. It 11 U 1 11 It It K 1 11 U Affirmative Action Employer ANDREW TILTON, PE Director of Water Resources ati ItonQohnsoneng.com 863.612.4055 Years Experience 43 years Education/Training M.E. Hydraulics (1983), University of Florida B.S. Civil Engineering (1978), University of Florida Licensing & Registration Florida Professional Engineer, License No. 33258 Professional Affiliations J Florida Engineering Society American Water Resources Association Andy joined Johnson Engineering in 1978 and is the director of the Water Resources Group. Andy has been the engineer of record for several districts, which are special govemments under the laws of the State of Florida and is currently the Engineer of Record for the City of Clewiston. Work within the districts includes annual inspections of water management facilities for the annual report required under Chapters 189, 190 and 298 Regulations and dike inspections as required by the Water Management District permit. Experience with these special govemments is very similar to working for a city or county. Andy started the company's efforts in the area of environmental site assessments about 20 years ago. He continues to work closely with the team's engineers and scientist to provide quality control on the work products prior to submittal. Andy has served as the senior engineer for surface water on many of the firm's roadway projects for Charlotte County, Glades County, Hendry County, Lee County Department of Transportation, City of Cape Coral, City of Fort Myers, Collier County and the Florida Department of Transportation. He provides direction for monitoring, permitting, design and construction related issues. Andy has worked on many mixed used developments, which range in size from 300 acres to about 18,000 acres, which are located in Charlotte, Glades, Hendry, and Lee Counties. Each project has watershed level issues to determine related to backwater profiles for setting site elevations and flood analysis, setting control elevations, measuring flows for calibration and working with the groundwater and environmental considerations of each site. Watershed master plan experience includes production of floodplain and floodway models that meet FEMA requirements. These have been done for private entities and for governmental bodies. Relevant Experience Fort Myers Country Club, Fort Myers, FL - Johnson Engineering developed and implemented an existing conceptual plan for water quality improvements into a construction plan that could be built in less than six months. The plans included hydrologic and hydraulic information plus water chemistry information with biological data. A combination of treatment was used to remove nutrients from the surface water flowing through the golf course property and reduce downstream impairments in the receiving water. Residential areas north of the course flow through created wetlands as filter marshes with side benefit of attracting wading birds that are fun to watch. Commercial and residential areas to the east have water treated in two wet ponds in series with littoral plantings to assist along the sides. Funding was gathered from a group of sources including the local Community Redevelopment Agency, FDEP grants and the golf course. Midfield Terminal Complex, Fort Myers, FL - Andy was involved in the study, design, permitting and provided construction guidance for the water management features of the runway site and the offsite mitigation park Water quality treatment was primarily through use of dry detention and a wet pond downstream of source removals such as sweeping of impervious surfaces. Basin III, Phase 2 Drainage Improvements, Fort Myers, FL - Andy assisted with the design and permitting for the Basin III, Phase II Drainage Improvements. As part of the project our team looked at the entire Basin III to determine how to cost effectively reduce flooding. Andy and his team worked with the City to identify an altemate design that would accomplish the drainage improvements at a cost they could afford to implement. After several iterations, a design that separates some of the low-lying areas that flood from the higher areas that do not flood was selected. This allowed us to use smaller pipes to obtain the same drainage improvements. In areas where sufficient right of way existed, swales were constructed to improve water quality and meet state permitting requirements. Powell Creek Filter Marsh, Fort Myers, FL - The Powell Creek Preserve Filter Marsh will provide pollutant removal and reduction of existing impairments to the Powell Creek watershed by pumping flows into a created 20-acre filter marsh system. Also, the trails adjacent to the marsh will provide educational opportunities. Our team preformed a wide variety of design and permitting activities, including wetland delineation, protected species surveys, mitigation design, environmental permitting and modeling and design of the surface water management system and permitting through SFWMD, ACOE, FWC and Lee County. 1:11U 1111:1:K 111U Affirmative Action Employer J i RICARDO ACOSTA, P.E., CFM Water Resource Engineer ra@johnsoneng.com 239.461.3324 Years Experience 19 years Licensing & Registration Florida Professional Engineer, License No. 69121 Association of State Floodplain Managers, Certified Floodplain Manager, Certificate No. US- 13-Q7110 Education/Training B.S. Civil Engineering (1998), Universidad Nacional de Colombia Rick joined Johnson Engineering in 2006. He is a project manager in the frm's surface water management department. He has designed and permitted surface water management systems for roadway, site development and assorted environmental projects through the South Florida and Southwest Florida Water Management Districts. Rick is a Certified Floodplain Manager and is accomplished in backwater profile modeling for adjustments to FEMA FIRMS. His modeling experience also analyzes water quality for treatment facilities related to municipalities achieving their obligations under the TMDL program. Relevant Experience Middle School MM and Elementary School J - Designed the surface water management system for the dual -school campus in Lehigh Acres, including extension of Sunrise Blvd and obtained Environmental Resource Permits through the South Florida Water Management District and approval from the Lehigh Acres Municipal Services Improvement District. Burnt Store Road Widening, Lee and Charlotte Counties - Assisted in the design and permitting of the surface water management system for the expansion of approximately five miles of two segments of the existing road. High School MMM - Designed the surface water management system for the new High School in Gateway, including improvements to Griffin Dr and obtained Environmental Resource Permits through the South Florida Water Management District. Brighton Valley Dispersed Water Management — Designed the surface water management system for diverting up to 40,000 acre-feet of water per year for dispersed flow in Highlands County. The shallow wetlands created as part of this project will allow water to naturally infiltrate and reduce the concentrations of nutrients prior to being released via either the C-40 or C-4 I A Canals toward Lake Okeechobee. Bonita Springs High School - Designed the surface water management system for the school and obtained Environmental Resource Permit through the South Florida Water Management District. North Fort Myers and Bonita Springs Libraries — Designed the surface water management systems and obtained Environmental Resource Permit through the South Florida Water Management District for both sites. The North Fort Myers site required also a Drainage Connection Permit through the Florida Department of Transportation Peace River Manasota Regional Water Supply Authority — Analyzed the capacity of the intake channels to determine if sufficient channel capacity exists to convey the maximum pump capacity through the channel during a low tide event, i.e. a worst -case scenario. Topographic information of the river bottom at and near the Peace River Regional Water Supply Facility Intake Pump Station was obtained from field data collected by Johnson Engineering, and also topographic data was obtained from the SWFWMD. Rick used the HEC-RAS (Hydrologic Engineering Center River Analysis System, US Army Corps of Engineers, 2010) to evaluate one-dimensional steady river flow in the intake channel to determine water surface profiles. Powell Creek Preserve Filter Marsh - This project will provide pollutant removal and reduction of existing impairments to the Powell Creek watershed by pumping flows into a created 20-acre filter marsh system. Also, the trails adjacent to the marsh will provide educational opportunities. Our team preformed a wide variety of design and permitting activities, including wetland delineation, protected species surveys, mitigation design, environmental permitting and modeling and design of the surface water management system and permitting through SFWMD, ACOE, FWC and Lee County. State Road 739 Bridge Alteration, Conalvias, USA, City of Fort Myers - Provided modeling to allow a bridge to be replaced with a land fill within MSE walls within a FEMA floodway. Fort Myers Country Club, City of Fort Myers - Provide design of a storm water treatment system to improve onsite and offsite water quality for areas currently without treatment to meet requirements of BMAP and SFWMD. City of Naples Basin III Stormwater Improvements - Assisted in the design and permitting of storm water improvements serving approximately 480 ac in the downtown Naples area. ENGINEERING Affirmative Action Employer KIM ARNOLD, PG Hydrogeologist kamold@johnsoneng.com 239.461.3329 Years Experience 19 years Education/Training M.S. Environmental Engineering Sciences, University of Florida (2014) M.S. Earth & Ocean Sciences Duke University (2002), B.S. Environmental Geology & Anthropology with Honors, Summa Cum Laude, Phi Beta Kappa, Southern Methodist University (1999) MODFLOW Numerical Modeling Training ARCGIS I & II Training Mike -She Training Analytical Element Modeling Training (SLAEM/MLAEM) Licensing & Registration Florida Professional Geologist, License No. PG2565 Professional Affiliations American Institute of Professional Geologists (AIPG)/Florida Association of Professional Geologists (FAPG) National Groundwater Association (NGWA) Kim joined Johnson Engineering in 2005 and is a hydrogeologist in the company's water resources group. She is responsible for performing groundwater modeling, hydrogeologic investigations, water resource assessments, aquifer performance testing, hydrologic monitoring program development, and water management district water use and Florida Department of Environmental Protection (FDEP) permitting. Additionally, Kim has worked on Public Service Commission (PSC) utility certification cases, comprehensive plan amendment applications and Development of Regional Impact (DRI) applications for large-scale developments. She is familiar with the hydrogeology of Southwest Florida and regulatory requirements. Kim joined Johnson Engineering with 2.5 years of previous experience as a hydrogeologist with the SFWMD, where she reviewed over 500 water use permit applications. Relevant Experience Lee County Utilities SFWMD Water Use Permit Renewal - Hydrogeologist for Public Water Supply water use permit renewal for Lee County Utilities seeking a 20-year duration and 40 MGD allocation. Project required significant data analyses associated with pumpage, monitor well data, and ecological assessments. Tasks performed in support of the permit renewal included analyses of changes in watershed boundaries and land uses from 1944 to 2008, groundwater modeling, development of mitigation plans and assessments to evaluate impacts due to shallow aquifer withdrawals, and formulation of a wellfield operating plan to meet demands and minimize drawdown impacts. Lee County Port Authority Hydrogeological Review/Analysis of Mining Excavation — Support for team of expert witnesses for a Lee County re -zoning request to develop a mine immediately down -gradient of the LCPA's mitigation park due to concerns the mine would adversely affect wetland hydroperiods in the mitigation park and impact the success requirements. Analyzed water level and rainfall data to determine a water budget for the proposed mine site. Reviewed data sets, monitoring plans and groundwater modeling files and prepared technical documents summarizing findings. Performed independent modeling analysis of how construction of the proposed mine and grout curtain surrounding the mine lake would influence both long-term and short-term water table levels at the mine site and mitigation park property. Zoning hearing testimony included preparation of presentation materials designed to explain highly technical concepts and findings related to groundwater flow hydraulics and groundwater -surface water -wetland hydrology. Ave Maria Hydrogeological Investigations - Evaluated the community's existing Lower Tamiami public water supply wellfield by conducting a 72-hour aquifer performance test while the allowing the wellfield to remain operational. Johnson Engineering assisted in acidization of irrigation wells, irrigation well rehabilitation, and provided a shallow aquifer hydrogeologic mapping and water level assessment for a groundwater flow model. Services for Ave Maria also included hydrogeological investigations of the Intermediate Aquifer System as alternative water supply option. This effort involved test well design and construction, aquifer performance testing and water quality analysis. Prepared multiple modifications and renewals for agricultural irrigation, landscape irrigation, public water supply and dewatering permits for the site, with associated groundwater modeling. Potential impacts to wetlands evaluated as high regulatory priority due to proximity to Camp Keais Strand. Picayune Strand/Fakahatchee Estuary Water Reservation Stakeholder Input - Participated in a stakeholders group as part of the SFWMD's Picayune Strand reservation rulemaking process, offering input regarding technical, scientific and practical considerations during rule development to examine the interactions between regulated users of the resource and the hydrological restoration of the ecosystem. Reviewed and offered public comment on technical documents prepared by agency, including integrated surface water -groundwater modeling. FDEP Long Term Discharge Study - Investigated long-term discharge behavior of typical wet detention ponds in southwest Florida. Due to observed discharge variability, formulated a groundwater interaction component to assess how groundwater -surface water interactions may influence discharge behavior. Included establishment of groundwater monitoring networks, multi -day, constant rate aquifer performance tests, and development of wet and dry season flow nets. Information was used to construct water budgets to determine relative contributions to discharge. Presented results at summer 2014 FSA conference. ENGINEERING Affirmative Action Employer If MINAEL LOHR PSM GIS Director mlohr@johnsoneng.com 239.461.2404 Years Experience 37 years Licensing & Registration Florida Professional Surveyor & Mapper, License No. LS5916 Education/Training AA Chemical Engineering (1974), Jefferson Technical College Professional Affiliations Florida Surveying and Mapping Association National Institute for Certification in Engineering Technologies Mike began working forJohnson Engineering in 1984. His responsibilities included construction inspection and materials testing for various agencies including the Federal Aviation Administration, Florida Department of Transportation, Florida Department of Environmental Protection, Charlotte County, Lee County, Big Cypress Basin, and the City of Fort Myers as well as many private construction projects. He is a registered Surveyor and Mapper licensed to practice in the State of Florida. In 1995, Mike began performing geographic information system (GIS) work for the State of Florida, Bureau of Survey and Mapping. This work included ownership mapping for the Florida Department of Environmental Protection's C.A.R.L. land acquisition program, cataloging more than 70,000 parcels slated for purchase by the State of Florida Since then he has overseen many large GIS specific projects as well as continuing to support other efforts in the Water Resource Group at Johnson Engineering. Some of those major surface water efforts include Lee County Surface Water Master Plans in 1990, 1991, 1992 and 1997, The South Lee County Water Management Plan for SFWMD in 1999, and Six Mile Cypress Water Management Plan 1990. Mike participated directly in the permitting, design, and construction of numerous large water control structures (weirs) including L Canal, Galloway, Six Mile Cypress, Briarcliff, for Lee County and 10 weirs for Lee County Port Authority at Southwest Florida International Airport along with major outfall conveyances. Mike has participated in water level and stream flow measurements during his tenure at Johnson Engineering and has access to measurements back to the 1970s, critical data for surface water modeling efforts. Mike coordinates GIS projects for the company and is currently developing Internet and mobile mapping capabilities using Phones and iPads for use by in-house staff and clients, including digital conversions and digital imagery in a GIS environment, as he continues to support other water management efforts at the company. Areas of expertise include imagery assessment and processing, thematic and spatial analysis as well as positional accuracy of GIS datasets and imagery products including aerial ground control and ongoing development of tablet and phone based online mobile mapping and data collection efforts. Relevant Experience Stormwater Facilities Geodatabase, Collier County, FL -This project, completed in 2012, input data from a variety of in house, county and external sources, beginning with Livingston Road. The data was overlaid on georeferenced imagery and supplemented with conventional survey GPS data collection, resulting in over 4500 inlets mapped, 1470 junction boxes, 260 control structures, and over I million linear feet of associated piping along with numerous related structures. Lee County 2017 Flood Analysis Study, Lee County, FL -This project involved field reconnaissance, GIS data input for flow obstructions, permit and plan research and mobile mapping technology, to assess and document obstructions to stormwater drainage in multiple watersheds in Lee County. The study area included portions of Ten Mile Canal North and South, Six Mile Cypress, Mullock Creek and Hendry Creek watersheds. Data was used by Lee County to efficiently assign maintenance crews to the documented obstructions located by field operations. Southwest Florida International Airport Midfield Terminal Expansion, Lee County, FL — This project included permitting, design and construction of a large surface water management system designed to handle run off for expansion activities in the early 2000s and well as future improvements on Port Authority lands up to and including the 1-75 interchange and the upcoming parallel runway. Work included ten major water control structures and associated conveyances and berms within SWFIA. Lee County Surface Water Master Plans 1990-1991 and 1997 Lee County, FL — This comprehensive group of projects included developing watershed specific master plans characterizing existing and proposed conditions for a majority of the Lee County watersheds. Data development included topographic information, structural data, assessment of sensitive lands, rights -of way, groundwater, hydrology assessment and modeling, system capacities, potential improvements, funding and implementation. Many portions of this work carried over to current planning and development guidelines. tlVb 11VttK I NU Affirmative Action Employer DANA HUME, PE Development Engineer dhume@johnsoneng.com 239.461.2471 Years' Experience 32 years Education/Training B.S. Civil Engineering (2000), University of South Florida Licensing & Registration Florida Professional Engineer, License No. 62421 Professional Affiliations American Society of Civil Engineers Florida Engineering Society Florida Gulf Coast University U.A. Whitaker College of Engineering Advisory Board W Dana joined Johnson Engineering in 1989 and has more than two decades of civil engineering experience. During his time with the firm, Dana has overseen residential, commercial, educational, and institutional projects. In addition to managing the development department in Lee County since 2005, his responsibilities include being the project manager and professional engineer for all phases of development, including site planning, infrastructure design, government agency permitting, quality control, construction administration and contributing to LEEDs credits while continually coordinating with his clients, consultants, and team members to meet the client's vision, goals, and schedule. Relevant Experience Bonita Springs High School, Gateway High School - School District of Lee County - Dana is responsible for the civil engineering work associated with the high school including the preliminary layout, stormwater management system, assistance with all play field designs, potable water and sanitary sewer design, entitlement from permitting agencies, coordination of environmental aspects of the project, construction observation, quality control and contract administration. Lee County North Fort Myers Aquatic Center- Dana was responsible for the overall project management of the project, overseeing the design professionals including the pool engineer forthe project. Dana's responsibilities include all coordination with the Owner and design team, maintaining the project budget and schedule along with managing the design of the stormwater management system, infrastructure design, construction administration, final certification and project closeout. Florida Gulf Coast University, Lee County - Dana is responsible for managing all civil engineering work for Johnson Engineering associated with the FGCU campus including the construction of several buildings and roadway improvements at the university including Intramural Fields redesign, Academic Building #8, Parking Garages, Student Union Expansion, Fine Arts Building, Palmetto, Osprey and Eagle Residence Halls and South Village Blvd. and Holmes Hall Construction Lab. His responsibilities include managing and coordinating other design professionals with the firm on the design of the stormwater management system, potable water and sanitary sewer extension, entitlement from permitting agencies, coordination of construction staking, construction observation, quality control and contract administration. Lee Health Village at Coconut Point - Dana is responsible for managing all civil engineering work for Johnson Engineering associated with the Lee Health Village at Coconut Point. His responsibilities include managing and coordinating other design professionals with the firm and other consultants on the design of the stormwater management system, potable water and sanitary sewer extension, entitlement from permitting agencies, coordination of construction staking, construction observation, quality control, contract administration and certification with government agencies. Golisano Children's Hospital of Southwest Florida - Dana was responsible for managing all civil engineering work for Johnson Engineering associated with the Golisano Children's Hospital. His responsibilities included managing and coordinating other design professionals with the firm for the stormwater management system, potable water and sanitary sewer extension, entitlement from permitting agencies, coordination of construction staking, construction observation, quality control and contract administration. HealthPark of Florida, Lee County, FL - Johnson Engineering has been involved with the 400-acre HealthPark Florida development since its inception in the mid- 1980's. Dana was responsible for managing all civil engineering work for Johnson Engineering associated with the construction of HealthPark of Florida Medical Center (Lot 17), HealthPark of Florida Ronald McDonald House Expansion. Florida Southwestern College (f.k.a Edison State College) - Lee Campus - Dana was responsible for managing all civil engineering work associated with the construction of the Nursing Building, Building U, Building T Expansion and the Student Housing for Florida Southwestern College. His responsibilities included design of the stormwater management system, potable water and sanitary sewer extension, entitlement from permitting agencies, coordination of construction staking, construction observation, quality control and contract administration. ENGINEERING Affirmative Action Employer W LAURA DEJOHN, AI(P Director of Planning & Landscape Architecture Idejohn@johnsoneng.com 239.280.4331 Years Experience 23 years Education/Training Master of Planning (1998), University of Virginia Bachelor of City Planning (1997), University of Virginia Professional Affiliations American Planning Association Member Urban Land Institute Member Blue Zones Built Environment Subcommittee Member Laura is the director of the firm's planning and landscape architecture group. She joined Johnson Engineering in 2004 to lead the planning services in the frm's Collier County office. Laura manages projects that involve development feasibility and due diligence studies, governmental coordination, preparation and presentation of land use and zoning applications, site planning, master planning, and design. She has 22 years of professional experience in the planning field, in both the public and private sector. Prior to joining Johnson Engineering, Laura served five years as a planner for the City of Naples. Relevant Experience Lee County General Planning Services - Provide continuing professional planning services to Lee County, including management of analysis and expert planning services to determine development feasibility options for property impacted by expansion of right-of-way for the Plantation Road/Crystal Drive Round -about. Lee County Port Authority - Provide continuing services as the Port Authority's primary planning service provider, including rezoning of Page Field Airport Operations Planned Development and Comprehensive Plan Amendment for SWFIA to facilitate demand -based Non -Aviation Support development in compliance with local codes and FAA regulations. Fort Myers Community Redevelopment Agency - Provide professional planning services including Cleveland Avenue Land Development Code Amendments and public involvement coordination to establish new Overlay Code to encourage lot assembly, promote mix of uses, and incentivize pedestrian realm improvements along the Cleveland Avenue Corridor within the City's Redevelopment Area boundary. Fort Myers 2010 Downtown Plan, Acquest/City of Fort Myers - Provided planning support through the adoption of the 2010 Riverfront Development Plan and amendment creating the 2010 Downtown Plan including re -drafting and re -mapping for the area north of Bay Street and between the two US 41 bridges. Services included preparation of TMDL grant and State Revolving Fund loan applications that resulted in award of $768,164. Fort Myers Public Works Facilities Master Plan - Provide professional planning services to evaluate future Public Works facility needs at the City of Fort Myers' facilities campus upon an assumed build -out condition with an anticipated City population estimated to be 90,000 residents in 2030. Four alternative land plans were generated to accommodate the future spatial needs for the facilities across approximately 60 acres. The final Facility Plan report summarized the facility inventory and interviews, plan options, and future permitting considerations. Hendry County General Planning Services - Provide continuing professional planning services, including preparation of Evaluation and Appraisal Report based Amendments for the Conservation Element, Infrastructure Element, and Housing Element of Hendry County's Comprehensive Plan. Also provided planning and GIS support to evaluate the impact of proposed density and intensity provisions for the 579-acre Oxbow Community. Collier Metropolitan Planning Organization Planning Services - Provide continuing professional planning services to the Collier MPO to support walkable community improvements. We coordinated with community stakeholders and performed existing conditions inventory with GIS documentation of all existing pedestrian facilities, destinations with % walkability buffers, transit facilities, and crash data for the 2013 Naples Park Walkable Community Study. Also coordinated qualitative survey and recommendations for the 2014 Collier MPO Pedestrian and Bicycle Safety Study. Collier County Coastal Zone Management, Collier County - Managed and prepared feasibility studies and conceptual design to determine planning, zoning, engineering, parking and site design constraints for three proposed park projects for Collier County Coastal Zone Management including Clam Pass Improvements, Conner Park Improvements, and Bayview Paris Overflow Parking; and assisted with a Flood Damage Prevention Ordinance Variance petition for Bluebill Beach Access and Facilities. Bayshore Gateway Triangle CRA, Collier County - Managed and prepared feasibility, design and amenity concepts and alternatives for the Triangle Stormwater Pond Pathway, including presentation to community groups for public input to support application for recreational trail grant funding. Collier County School District, Collier County - Managed and prepared feasibility studies and consistency review applications to determine facility planning, zoning, engineering and site design constraints for five proposed school and bus facility sites for Collier County School District including School JJ in East Naples, School EEE in Golden Gate Estates, Immokalee Career and Service Center site, Immokalee Tradeport site, S.R. 29 site, and Section 25 site near Immokalee. t11U 1111:tK 111U Affirmative Action Employer f LAURA BRADY HERRERO Director of Environmental Services / Principal Ecologist IherreroQohnsoneng.com 239.461.2457 Years Experience 25 years Education/Training B.S. Ecology (1993), University of Illinois Masters Work in Env. Sciences University of Alaska Anchorage (1997-1999) Certified Ecologist, ESA FAA Qualified Wildlife Biologist Authorized Gopher Tortoise Agent with the FWC (GTA-13- 00022) Professional Affiliations Ecological Society of America Florida Association of Environmental Professionals (Past Chapter President) Florida Airports Council Environmental Advisory Committee Member Laura joined the firm in 2000 and serves as director of the f rm's environmental consulting team, whose ecologists have more than 100 years of combined experience. As a certified ecologist, her duties include State and Federal wetland jurisdictional determinations, protected species surveys, habitat and species management plans, coordination and permitting with the Florida Fish and Wildlife Conservation Commission (FWC) and U.S. Fish and Wildlife Service (FWS), FWS Biological Assessments and Biological Opinions, wetland/listed species mitigation proposals and mitigation monitoring, Environmental Resource Permit and Federal Dredge and Fill applications, as well as follow-through to permit issuance and post - permit compliance. She is also an FWC Authorized Gopher Tortoise Agent, Federal Aviation Administration Qualified Wildlife Biologist, and FWS qualified caracara observer with over 1,600 hours of caracara survey experience and 40 nests found to date. Laura has served as the Project Manager and/or environmental lead forthe permitting of many private and public sector projects and has provided expert witness testimony regarding ecological issues related to Lee and Collier County zoning cases. Relevant Experience District School Board of Collier County - Conducted wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Middle School EE and the expansion of bus facilities at the Immokalee Tradeport site; determined the environmental constraints for the feasibility studies and consistency reviews for the proposed School EEE in Golden Gate Estates and proposed bus facilities at the S.R. 29 site and Section 25 site near Immokalee; and conducted and prepared the Collier County EIS and attended public information meetings to support the Conditional Use application for the proposed Desoto Satellite Transportation Facility. Collier County - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Phases II and III of Livingston Road Corridor and expansion of Goodlette-Frank Road; gopher tortoise relocation during construction and mitigation monitoring for Freedom Park; State and federal permitting and associated eagle monitoring during the construction of the Woodcrest/Massey Lane Water and Force Main extensions; and preparation of the Eagle Lakes Park Long -Term Management Plan. Habitat for Humanity of Collier County - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Chadee Estates I and 11; permitting oversight of Kaicasa and Regal Acres. Babcock Ranch Community - Conducted wetland delineations and functional assessments of both wetland impacts and mitigation areas on approximately 17,800 acres; freshwater biomonitoring utilizing fish and macroinvertebrates; wildlife surveys; Environmental Resource Permitting; preparation of the mitigation plan which includes 6,800 acres of onsite mitigation and 5,900 acres of mitigation on the State owned portion of the Babcock Ranch Preserve; preliminary design and planting plans of the wetland creation areas; construction level permitting for areas of cun-ent development and ongoing mitigation compliance monitoring and maintenance of mitigation ledgers for wetland, wood stork, and panther credits. Updated caracara surveys conducted across the property in 2018-19 and FBB roost surveys conducted prior to each new phase of construction. Lee County DOT - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Gladiolus Drive Widening, Six -Mile Cypress Parkway Widening, A&W Bulb Road Safety Improvements, Alico Road Corridor Study, Fiddlesticks Bike Path, and the ongoing Alico Road widening. Town of Ft. Myers Beach - Lead ecologist on the Phase I A watermain and drainage improvement project (sub -consultant to Mitchell & Stark) performing jurisdictional determinations, eagle monitoring, Coastal Construction Control Line (CCCL) permitting with the DEP, and assisting in evaluation of design changes to avoid impacts to mangroves and Estero bay. 1:11u 1111:1:K 111u Affirmative Action Employer IN GARY NYCHYK Ecologist agn@johnsoneng.com (239) 461-2454 Years Experience 19 years Gary worked with Johnson Engineering from 2004 through 2006 as an ecologist. He rejoined the Johnson Engineering team in 2015. His duties include vegetation mapping, wildlife surveys, track surveys, protected species management plans, wetland jurisdictional delineations, and wetland preserve mitigation monitoring. Gary works closely with the U.S. Army Corps of Engineers (USACE), the South Florida Water Management District (SFWMD), Florida Fish and Wildlife Conservation Commission (FFWCC), U.S. Fish and Wildlife Service (USFWS), Lee County Port Authority, as well as local city and county government agencies. Prior to recent employment with Johnson Engineering, Gary was the Interim Director for the Wasco County Planning Department in The Dalles, Oregon. He managed staff, prepared and presented annual budget proposals while assigning and reviewing Land Use applications in Wasco County. He also developed and presented updates for the Land Use and Development Ordinance before the Wasco County Planning Commission and Board of County Commissioners. Gary was also a Senior Environmental Planner with the Lee County Department of Community Development. Gary coordinated Vegetation Removal Permitting and reviewed local development orders for compliance with the Land Development Code. He presented planned development rezoning cases before the Lee County Board of County Commissioners and the Bonita Springs City Counsel. Gary also reviewed protected species surveys and management plans and performed monitoring surveys for American bald eagle nest locations throughout Lee County. Education/Training Relevant Experience B.S. Marine Biology, (1998) University of West Florida Collier County Utilities - Performed wetland delineation, protected species surveys, and permitting for utility line expansions in Collier County. Authorized Gopher Tortoise Habitat for Humanity of Collier County - Conducted species surveys, wetland delineations Florida bonneted bat acoustic and roost surveys and permitting for Kaicasa and Regal II Agent, FWC (GTA-18-00060) developments. Florida Gulf Coast University, Alumni Center and South Entrance Road - State and Federal Florida Bonneted Bat Qualified environmental resource permitting, pre -construction surveys, listed species surveys, gopher Acoustic/Roost Surveyor, USFWS tortoise relocations, and Florida bonneted bat surveys. Babcock Ranch - Conduct protected species surveys, caracara surveys, and gopher tortoise Qualified Crested Caracara burrow surveys and relocations. Observer, USFWS - Helms Road Extension, Hendry County - Assisted with gopher tortoise surveys, permitting and relocation for over 50 burrows. Conducted surveys and monitoring of 17 Big Cypress fox FWC Registered Agent for squirrel nests within the project corridor. Burrowing Owls (RAG 19-00023) - Lee County Port Authority - Perform annual Storm Water Pollution Prevent Plan and Spill Prevention, Control and Countermeasures Plan site compliance evaluation and conduct annual SWPPP and SPCC training for Page Field and Southwest Florida International Airports staff Certified Safe Miner, MSHA and tenants. Four Mile Cove Ecological Preserve Land Management Plan, City of Cape Coral - Updated Certified UST the Land Management Plan for Four -Mile Cove through FDEP Division of State Lands. Class A/B Operator, USEPA City of Cape Coral Southwest 6&7 Utilities Expansion Project, Cape Coral - Performed threatened/endangered species surveys and gopher tortoise relocation activities for the Professional Affiliations Southwest 6&7 Utilities Extension Project. Florida Association of - FWC Special Use Permit - Conducted acoustic surveys in collaboration with FWC for Florida Environmental Professionals bonneted bat at two artificial roost sites on the Babcock — Webb Wildlife Management Area (Past Chapter President) to assist develop a data library for identifying natural roosts. Mediterra - Analyzed potential fire hazards within preserve areas of the community and Florida Bonneted Bat Working prepared a Fire Management Plan for SFWMD. Group - Peace River Manasota Regional Water Supply Authority, Desoto County - Conducted wetland and habitat mapping, benthic survey, listed species survey and state and federal Estero Bay Agency on Bay environmental resource permitting. Management FGUA Utilities - Performed wetland delineation, protected species surveys, and permitting for utility line expansions in North Fort Myers tlVb 11VttK I NU Affirmative Action Employer GREG THOMAS, AE Greg joined Johnson Engineering as an ecologist in 2015. He is a Certified Associate Ecologist with the Ecologist Ecological Society of America (ESA) and focuses on permitting with the South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACE), as well as post -permit compliance monitoring. As part of this work, Greg routinely conducts protected species surveys, vegetation and habitat mapping, wetland delineation, wetland functional assessments, piezometer installation and oversight, and crested caracara and bald eagle monitoring. Greg is a Florida Fish and Wildlife Conservation Commission (FWC) Authorized Gopher Tortoise Agent and is permitted to oversee mechanical excavation of tortoise burrows. He also successfully completed New Miner training required by the Mine Safety and Health Administration (MSHA) to work on Mosaic properties to assist gthomas@johnsoneng.com with an Eastern indigo snake study. 239.461.2405 Relevant Experience C-43 Reservoir Crested Caracara Monitoring, Hendry County - Assisted with crested Years Experience caracara surveys and productivity monitoring during the 2015 - 2016 nesting season. 6 years Babcock Ranch, Lee & Charlotte Counties - Conducted avian surveys, wildlife camera Education/Certifications placement and monthly monitoring, nocturnal frog call surveys, frog -pipe sampling, marsh U.S. Marine Corps bird surveys and aquatic invertebrate sampling; established study plots for vegetation (2007-201 1) transects through mitigation areas. Conduct data management and writing of the annual mitigation monitoring report(s) for SFWMD and USACE. B.S. Environmental Science (2014), - Babcock National and Trail's Edge Gopher Tortoise Relocation - Conducted field University of South Florida surveys and oversight for the mechanical excavation of over 60 gopher tortoise burrows for two projects associated with the Babcock Ranch Community and its expanding Certified Associate Ecologist, ESA development. Authorized Gopher Tortoise - Calusa Pines Bald Eagle Monitoring, Collier County - Monitoring of Collier County bald Agent GTA-18-00018 - Florida eagle nest CO-031 during the 2015 — 2016 nesting season in accordance with USFWS Fish & Wildlife Conservation bald eagle monitoring guidelines during utility installation within the CO-03I Secondary Commission (FWC) Zone. South Central Florida Express Crested Caracara Monitoring, Palm Beach County - New Miner — Mine Safety and Conducted bi-weekly crested caracara surveys during the 2016 - 2017 nesting season for Health Administration (MSHA) multiple locations along a proposed railway extension. Tampa Marine Forces Reserve Center, Hillsborough County - Conducted shorebird Professional Affiliations surveys in accordance with the protected species survey. Member - Florida Association of Environmental Professionals Migratory Bird Nest Removal Permit Inspection Report, Lee County -Assisted with the inspection of burrowing owl burrows and permitting in accordance with FWC guidelines Member - Ecological for a single-family lot in the City of Cape Coral. Society of America - SFWMD Caloosahatchee River Tape Grass Restoration Project - Assisted with tape grass planting, monitoring, biological/fish sampling and equipment maintenance for a program aimed at restoring native grass beds in the Caloosahatchee River. Lee County Port Authority Hydrologic Monitoring, Lee County - Performed quarterly downloads of water level data loggers within on -site and off -site mitigation areas, as well as equipment installation, maintenance and replacement. Corkscrew & Green Meadows Well Fields Ecological Report, Lee County - Conduct annual vegetation and wildlife monitoring of multiple transects adjacent to the well fields. Conduct data management and writing of the annual Ecological Report submitted to Lee County. LNU 11VttK I NU Affirmative Action Employer ROBERT DMID ISLEY Environmental Tech III rdi(d)'ohnsoneng.com 239.461.2460 Years Experience 5 years Education/Training M.A. in Environmental Studies Florida Gulf Coast University (2020) B.S. Management and Supervision Edison State College (FSW 201 1) Professional Affiliations Florida Association of Environmental Professionals FAA, Certified Drone Pilot David a Fort Myers native who joined Johnson Engineering in January 2017 as an instrument tech with the survey department. He then transferred into the environmental department in September 2017 assisting the project managers on species surveys, vegetation surveys, wetland delineations, monitoring, and reports. David is a Certified FAA drone pilot (August 2018) providing the firm and clients with aerial observation/reconnaissance for marketing and monitoring of project construction. Relevant Experience Miami/Dade County, Tree Island Park - Conducted Florida bonneted bat roost and acoustic survey, set up vegetation monitoring transects and plots, and provided contractor education. Miami/Dade County, Biscayne Trail - Conducted Florida bonneted bat snag and roost survey. Kitson, Babcock Ranch - Survey, marking roadways, utilities, residential lots, and public spaces. Assisting environmental project managers with species and vegetation surveys, wetland delineations, monitoring of eagle and caracaras, gopher tortoise relocation, fish and invertebrate sampling. Lee County, Nalle Grade Park Restoration - Provided flyovers for drone mapping. Lee County, Olga Preserve & Lehigh Parks - Conducted drone flights for potential job bids. Ft. Denaud Road Resurface, Hendry County - Responsible for Caracara monitoring. SFWMD - Monitoring of caracaras on the C-43 and C-139 reservoir projects. Assisted in a tag and capture of adult and young with Dr. Joan Morrison. Mosaic, Ona Mine - Installed boxes and cover boards to aid in the capture and tagging of Eastern Indigo snakes. Charlotte Harbor Water Authority - Located over 600 gophertortoise burrows in the project area. Lee County Utilities - Responsible for species surveys along alignments, vegetation monitoring in mitigation areas and drone flights for potential job bids. City of Cape Coral - Responsible for eagle monitoring, species surveys, burrowing owl monitoring and assisting in peeping, collapsing and setting up starter burrows. City of Fort Myers - Assisted in the survey and locating of various points for road and utilities projects. Assisted with conducting species surveys and Florida bonneted bat roost surveys. Save Crystal River, Tape Grass Restoration Monitoring - Assisted with core sampling, fish and invertebrate sampling, and monitoring of the grass plantings. Charlotte County, Burnt Store Road Widening - Conducted Florida bonneted bat roost and acoustic survey along the 4-mile project corridor. Magnolia Landing - Assisted in setting permanent reference markers and topo of existing road. Also assisted in setting up time zero vegetation monitoring transects and plots. Angler Action Foundation, Caloosahatchee River Tape Grass Planting - Assisted in taking core samples, fish and invertebrate sampling and monitoring the tape grass plantings. t11U 1111:1:K 111U Affirmative Action Employer ►AW 1 GUY ADAMS, PSM Professional Surveyor & Mapper gadams@johnsoneng.com 239.461.2461 Years Experience 42 years Licensing & Registration Florida Professional Surveyor & Mapper, License No. LS 4390 Guy has been a licensed professional more than four decades and is thoroughly familiar with many aspects of the Surveying and Mapping profession. He worked his way up thru the ranks performing a wide variety of Surveys. Drawing on his vast field experience, he is responsible for projects including, but not limited to, boundary and topographic surveys, platting, hydrographic surveys, sketch and legal descriptions. Relevant Experience Hydrographic Surveys - Some examples of Guy's experience are Clam Pass, Wiggins Pass, Clam Bay, Park Shore Beach, Hideaway Beach, Tiger Tail Beach, Collier County Beach Re - nourishment from Vanderbilt Beach to Marco Island, DEP R-Monuments from Bonita Beach to Marco Island, Everglades City and Bay Beach on Estero Island. ALTA/NSPS Surveys - As a Professional Surveyor and Mapper Guy has attained a reputation as an expert in this field. Guy has worked with many Attorneys and Title Companies performing American Land Title Surveys that are critical to closing loans on commercial properties. Condominium Surveys - Responsible for preparing preliminary and final Condominium Exhibits on High Rise Condominiums. Some examples of Guys experience are 12 Buildings in Park Shore, 8 Buildings in Bay Colony, 4 Buildings in Tarpon Cove, 3 Buildings in Pelican Bay, 2 Buildings in the Strada at Mercato (Naples), I I Buildings in Bay Beach (Ft. Myers Beach), 2 Buildings in Bonita Bay (Bonita Springs), One Watermark Place (West Palm Beach). Construction Layout Surveys - Guy has been responsible for the completion of many Education/Training successful construction projects. Some examples of Guys experience are Roads, Bridges, A.S. Surveying & Mapping (1978), Drainage Projects, Shopping Centers, Office Buildings, Banks, Underground Utilities, High S.U.N.Y at Sullivan Co. College Rise Condominiums, County Parks, Subdivisions, Golf Courses and Clubhouses. Currently Professional Affiliations Engineering Ministries International American Congress on Surveying and Mapping National Society of Professional Surveyors Council of Professional Surveyors American Council of Engineering Companies Florida Surveying and Mapping Society working on the $100 million dollar Paradise Coast Sports Complex in Collier County. Topographic Surveys - Responsible for obtaining and mapping topographic data for design purposes. Clients being Collier County, Lee County, Florida Dept. of Transportation, Florida Dept. of Environmental Protection, South Florida Water Management District, City of Naples, City of Bonita Springs, Naples Airport Authority, Collier County Public Schools, Lee County Public Schools and many private landowners, architects, engineers, and developers. Subdivision Platting - Responsible for Subdividing large tracts of land into smaller lots creating boundaries, including streets, easements, and rights of way. Working with Land Planners, Architects, Engineers, County and City Governments to assure that the creation of the new plat meets state and local requirements. Right -of -Way and Easement Mapping - Right of way maps and easements are prepared when real property rights are to be acquired i.e., fee, permanent or temporary easements. For example, Guy worked closely with Collier County Stormwater Management Staff on the Lely Area Stormwater Improvement Project also known as LASIP and Transportation Services for the White Blvd. Bridge Replacement Project. LNU 11VttK I NU Affirmative Action Employer JAMES "VEE" LOFTON Director of CEI jlofton@johnsoneng.com 239.461.2406 Years Experience 31 years Licensing & Registration Florida Certified General Contractor, License No. CGC 1517567 Education/Training Edison Community College (1997-1998) Itawamba Community College (1990- 1992) FDOT Advanced Work Zone Traffic Control Course Troxler Nuclear Gauge Safety Certification RSO ACI Concrete Field -Testing Technician- Grade I FDOT Asphalt Paving Technician 1-II FDOT Density Earthwork Inspection Training FDOT Concrete Field Technician- Level I ACI Concrete Transportation Construction Inspector Level II CTQP: FDOT Qualified Grouting Technician- Level I Vee has 31 years of experience working on FDOT and County transportation projects located in District One, Four and Five, including five years with the Florida Department of Transportation Maintenance and Construction combined. He has worked on a wide variety of transportation improvement projects with varying degrees of complexity as project administrator, contract support specialist and senior lead inspector. Vee currently holds, and is continuing to seek and renew, numerous certifications in the Construction Training Qualification Program (CTQP) qualifications as required by FDOT and FHWA. Vee is director of the CEI team. His extensive experience extends through all facets of roadway and bridge construction, project administration, and inspection in both traditional design -bid -build and design -build. Vee specializes in document control for both quality assurance and quality control testing. His previous experience as a consultant program manager with the Florida Department of Transportation (FDOT) gives him a unique perspective of the bidding process, construction techniques utilized, as well as an understanding of the maintaining agency's needs. Relevant Experience Estero Boulevard, Lee County - Vee is currently serving as project manager and CEI project administrator for 5 miles of roadway reconstruction. This project includes extensive drainage and utility infrastructure improvements, complex maintenance of traffic schemes, roadway reconstruction, and signalization improvements. Vee's roles includes holding weekly construction meetings, coordinating verification testing operations, construction contract oversight, maintaining detailed logs of contract quantities and manpower and reviewing and approving all submitted pay applications. Golden Gate Sidewalks at Various Locations (LAP - FPID No. 434990-1-38-01) - Vee served as CEI project administrator for this sidewalk and drainage LAP funded improvement project in Collier County. Vee's roles include: holding bi-weekly construction meetings, overseeing all aspects of LAP compliance, construction contract oversight, maintaining detailed logs of contract quantities and manpower and reviewing pay applications and contract change orders. Vee was also responsible for FDOT coordination on the project. County Road 78, Hendry County — Vee served as the project administrator for the construction of approximately one and a half miles of roadway widening, box culvert extension and milling and resurfacing. This project consisted of multiple phases, all funded by FDOT through their SCOP and SCRAP programs. Immokalee Road Six -Lane, Collier County - This project consists of new construction of a six -lane urban roadway traversing through existing populated subdivisions. This project also has a low-level critter crossing over the Cocohatchee Canal. This connects the residence of Naples to Immokalee Road for timely ingress and egress along Immokalee Road with turn lane movements, creating a new signalized intersections at Immokalee Road and Oil Well Road, Randall at Immokalee Road and Wilson at Immokalee Road. Vee is currently serving as project administrator. Colonial Boulevard (CR 884) Six Laning from I-75 to SR-82 Capital Improvement Project - This project consisted of 2.62 miles of roadway widening related construction activities, roadway, lighting, signing, and one bridge 500 lineal feet over six -mile slough. Golden Gate Parkway Project, Naples - This project consists of three new curved steel girder bridges designated as on/off ramps, widening of the existing Golden Gate Parkway Bridge over 1-75 from four lanes to six lanes plus one ramp lane, resurfacing of 1-75 and Golden Gate Parkway, constructing four each access frontage roads, lowering and reworking north and south bound lanes of 1-75 to meet new Federal Standards for bridge clearance and constructing onsite mitigation and drainage systems including a noise wall along south bound 1-75. Vee served as assistant project administrator and lead senior bridge and roadway inspector. Peace River Bridge, Punta Gorda - The 1-75 Peace River Bridge Design- Build Project consisted of the construction of a new bridge structure between the existing bridges, replacement of the existing concrete bridge deck and removal of the Northbound 1-75 bridge to its entirety, to widen the existing roadway to a six -lane facility. The project included widening of the existing bridge structure over Riverside Drive and Gulf Seminole Railway. Vee served as project administrator for FDOT and FHWA as this project was a pilot design build project with FHWA oversight. It 11 U 1 11 It It K 1 11 U Affirmative Action Employer ERIN HINKLIN Inspector ehinklin@johnsoneng.com 239.219.7072 Years Experience 6 years Education B.S., University of Iowa (1996) Training Identification No. H52420372 Training/Certifications Stormwater, Erosion, and Sedimentation Control Inspection FDOT CTQP Earthwori< Levels I&II FDOT CTQP Asphalt Paving Level I FDOT CTQP Pile Driving FDOT Intermediate MOT ACI Concrete Field Testing Grade I Erin has experience working in the CEI industry on various county and private construction projects. He has considerable CTQP training and continues to seek and obtain additional qualifications. Erin is well versed in roadway construction, railway construction, major utility construction, and FDOT materials sampling and testing requirements. His duties include QC and VT testing and inspection, performing field concrete testing, checking and verifying various elements of construction for compliance with plans, specifications, and design standards, and performing turbidity monitoring tests and generating reports as required by various permitting agencies. Experience Golden Gate Boulevard Widening Phase II - Erin served as lead VT inspector on this 1.75 mile four-laning widening improvement in Naples, FI. Erin verified that contractor QC methods were in compliance with contract documents and applicable FDOT specifications. This included sampling of embankment, subgrade, and base materials for verification testing, performing density testing and concrete field testing as a basis for acceptance of QC test results and maintaining density logbooks on the various phases of construction. Mullock Creek Weir Modification - Erin served as lead CEI inspector for this weir modification in Lee County, FL. The project included the removal of existing weir and sluice gates and the partial demolition of an existing weir followed by the reconstruction of the weir at new elevations. In addition, gravity walls and added drainage were constructed, creek slopes were re -graded, and a neighboring parking lot was reconstructed. Erin's roles included materials sampling, density testing, and inspection of stabilized subgrade and base materials, concrete field testing, tracking of contract quantities, turbidity monitoring, and generating daily reports of construction. City Gate Boulevard North Extension Phase II & III - Erin served as lead CEI inspector for Phase 11 and as lead VT inspector for Phase III on this half mile roadway extension in Naples. Erin's role was to document daily construction activities, track contract quantities, review pay applications, document compliance with the plans and Collier County Utilities Standards, and to monitor and document pressure testing of force main and water main utilities. As VT inspector, Erin verified that contractor QC methods were in compliance with contract documents and applicable FDOT specifications. This included sampling of embankment, subgrade, and base materials for verification testing, performing density testing as a basis for acceptance of QC test results and maintaining density logbooks on the various phases of construction. Tree Farm Road Phase II - Erin served as lead VT inspector on this roadway extension and roundabout construction project in Naples, FI. Erin verified that contractor QC methods were in compliance with contract documents and applicable FDOT specifications. This included sampling of embankment, subgrade, and base materials for verification testing, performing density testing as a basis for acceptance of QC test results and maintaining density logbooks on the various phases of construction. Helms Road Extension Phase III - Erin served as CEI inspector for approximately three Nuclear Safety / US DOT & miles of new four -lane urban roadway improvements in Hendry County. His roles included IATA Hazardous Materials sampling, density testing, and inspection of stabilized subgrade and base materials, concrete testing, tracking of contract quantities, and generating daily reports of construction. This project was grant funded through FDOT's CIGP program. Homestead Road Widening - Erin served as CEI inspector on this 2.3 mile four-laning widening improvement project in Lehigh Acres. Erin's roles included checking and verifying various elements of construction for compliance with plans, specifications and design standards, concrete field testing, performing turbidity monitoring tests and preparing turbidity monitoring reports, tracking contract quantities, and performing in -place densities on embankment, pipe backfill, stabilized subgrade, and base rock Remediation of Hazardous Wildlife Areas at SWFIA Area 5 - Erin served as lead CEI inspector on this LCPA project. The project involved clearing, mulching, grading, riprap installation and drainage structure improvements on 56 acres outside of the Airport Operations Area to reduce wildlife attractant areas near the airport. Erin's roles included verifying compliance with the project technical specifications and SFWMD dewatering permit requirements, tracking contract quantities, reviewing pay applications, and generating daily reports of construction activities. ENGINEERING Affirmative Action Employer If WAYNE WRIGHT, PE Senior Electrical Engineer wwHght@johnsoneng.com 239.461.2446 Years Experience 39 years Licensing & Registration Florida Professional Engineer, License No. 58220 Education/Training B.S. Engineering (1982), Duke University Wayne has 39 years of experience working as an Electrical, Instrumentation & Controls (EI&C) engineer. His experience includes design and implementation of power, instrumentation, process control, industrial control, systems integration and commissioning, site and process evaluations, SCADA architecture, networking, telemetry, and PLC/HMI/OIT programming. Wayne has provided control panel electrical designs for motor control, instrumentation, low voltage power distribution, lighting, and lightning protection. Wayne has worked on projects with multiple disciplines in project management and project engineering roles managing project scope, schedule and budget from conceptual design through detailed design and construction completion and has provided engineer -of -record and construction observation services. Relevant Experience WWTP Switchgear, MCC & Generator Controls Upgrade, Naples, FL - Our team provided professional engineering services associated with the replacement of the Generator # I switchgear and the Uniform Bldg. MCC and a generator control system field retrofit. WTP Switchgear, MCC & Power Systems Upgrade, Naples, FL - This project for the City of Naples Water Reclamation Facility is for the purpose of providing design services, followed by associated construction services, for the replacement of existing critical infrastructure equipment which has reached the end of its useful life. NESA WWTP & Booster Station Electrical Design, Collier County, FL - Collier County plans to build a Wastewater Treatment Plant (WWTP) and Water Treatment Plant (WTP) which will provide treatment for the Northeast Wastewater Service Area (NESA). This NESA Interim WWTP is intended to consist of two independent 750,000 gpd interconnected units for reliability that will have a total capacity of 1.5 million gallons per day (MGD) on a Maximum Monthly Average Daily Flow (MMADF) basis and will utilize onsite rapid infiltration basins (RIBS) for effluent disposal.. Master Pump Station -104 Optimization, Collier County, FL - Our team provided professional engineering and design services for operational improvements at the Collier County Master Pump Station (MPS) MPS 104.00. The goal of this project was to develop, implement and test modifications to the existing operational control strategy for the pump station to remediate experienced operational difficulties with operation of the MPS. SCADA Communications Assessment, Pinellas County, FL - We provided Pinellas County Utilities with a SCADA Communications Assessment. They have standardized on the WONDERWARE SCADA platform. SCADA Trunking System Cellular Upgrade, Pinellas County, FL - The Pinellas County SCADA system was designed via a microwave -based analog radio trunking system communicating with several major sites at treatment plants and RTU's at 351 remote lift stations.A Wonderware System Platform Human Machine Interface (HMI) is utilized for control and monitoring. Most of the existing lift station RTUs were obsolete. The planned to convert the ana-log radio trunking system to a digital network. There are very high, increasing, and unpredictable recurring annual usage fees for the microwave trunking system as well as RTU programming in -efficiencies that reduce data quality and overall performance. The planned analog -to -digital radio conversion required a substantial modification to the existing hardware and programming, so was necessary for the COUNTY to upgrade the Lift Station SCADA system. t1Vb 1111:1:K 111u Affirmative Action Employer JEFFREY NAGLE, RLA Landscape Architect jnagle@johnsoneng.com 239.461.3312 Years Experience 37 years Licensing & Registration Florida Registered Landscape Architect, License No. LA6667059 Education/Training B.S. Landscape Architecture (1986), Rutgers University, Cook College Professional Affiliations Florida Registered Landscape Architect New Jersey Licensed Landscape Architect New Jersey Licensed Professional Planner American Society of Landscape Architects Full Member Jeff joined Johnson Engineering in 2012 as a principal landscape architect. He brings a versatile skill set and a reputation built on providing the highest quality of service to both public and private sector clients with on -time and on -budget deliverables. Having worked in both the public and private sector, Jeff brings a broad range of experience to apply in practice, using an innovative management approach to guide projects from the planning and design phase, through permitting, development and construction. Relevant Experience: Santa Barbara Boulevard Landscape & Irrigation Design & Oversight, Collier County, FL — Our Landscape Architecture team is responsible for the design landscape and irrigation from concept planning through construction oversight on 1.7 miles of roadway within the medians of Santa Barbara Boulevard from the 1-75 bridge to Copperleaf Lane. This section of new landscape and irrigation has just been completed and our design team is currently completing design and construction documents for another 1.7 miles along the same corridor and continuing northward from 1-75 Bridge to Copper Leaf Drive. Florida Gulf Coast University (FGCU) - Provided landscape architectural design for the main campus CEP Expansion consisting of plant selection, planting design. Provided landscape architectural design assistance, including irrigation review and calculations for LEED compliance, to the project architect on Eagle Hall, Osprey Hall and the SoVi CEP expansion construction projects. Lee Health, Coconut Point Medical Village - Our landscape architectural team designed and permitted the site landscaping for a proposed 150,000 square foot medical facility and future 80 bed hospital. We created a lush tropical landscape that extended from the required perimeter buffers of the project and throughout the campus grounds to semi secluded sitting areas and therapy gardens. Our Landscape Team worked closely with the hospitals Architect of the architectural led team to design and detail the sites hardscape and site furnishings details giving a great deal of attention to visual continuity and site aesthetics. Following the selection of a contractor, our LA's continued to work closely with the design team while providing construction oversight to ensure the final completion of the project. Lee Health, Golisano Children's Hospital Parking Lot Existing Tree Canopy Evaluation - Johnson Engineering consulted with the facilities project manager for Lee Health to identify critically hazardous trees to be removed in the immediate future (prior to a re -pavement program), recommended trees for removal based on limited growing area for a species that requires large volume planting areas, and suggested future removals for trees that would become a hazard in the near future. Following the report of the tree removal recommendations, Johnson Engineering also provided a plan for suggested replacement trees that would be more likely to succeed in the constricted planting diamonds located throughout the parking lot. West Lake Athletic Fields (FGCU) - Our landscape architectural and land development team worked with the University's Campus Recreation Director to masterplan a recreational sports complex on a 21-acre parcel within West Lake Village to ensure comfort and accessibility for users and spectators while adding athletic field inventory for this growing University. Design services included; concept design, site planning, graphic presentation, and cost estimating The facility improvements proposed for this complex include: five (5) regulation sized, lighted flag football fields, a 264 space paved parking lot with security gates and lighting, a centrally located pavilion with bathrooms and lockers including an over look deck onto the existing lake, a facility maintenance building with vehicle access separate from the main entry, a facility office located at the main entry, a Challenge Course (competitive obstacle course), and a fully integrated hardscape and furnishings to provide accessibility to all the recreational opportunities on site. West Villages Improvement District, North Port, FL - Lead landscape architect for a 2.6- mile thoroughfare for newly developed Village Land Use Classification. "The Parkway" provides for regional connections in rural areas. Major components include interconnecting of all neighborhood and village networks, incorporation of multi -modal facilities, and traffic calming measures. A high level of landscape treatment was required to reflect the identity of this state-of-the-art, emerging Florida development district. ENGINEERING Affirmative Action Employer Ill I. Ability of Professional Personnel EDUCATION BS/Ocean Engineering Florida Atlantic University MS/Physical Oceanography Florida Institute of Technology CURRENT PROFESSIONAL REGISTRATIONS F L/ Professional Engineer No. 15233 Certified Floodplain Manager Richard S. Tomasello, P.E., CFM Lead Modeler/President Tomasello Consulting Engineers As President of Tomasello Consulting Engineers, Inc., Mr. Tomasello has over 45 years of engineering experience in South Florida. During that time he has worked in water resources and modeling to direct engineering solutions to an array of problems in the public and private sector. He has authored several hydrologic, hydraulic, and hydrodynamic models that have been used in coastal and riverine flood studies, wetland restoration and preserve studies, permitting of water management facilities, and water resource investigations. KEY PROJECTS Long Term Modeling for Wetland Restorations and Preservations: Cypress Creek /Pal- Mar/The Groves (Palm Beach and Martin Counties), Pine Glades (Palm Beach County), Mirasol (Lee County), Thistle Pen Pond (Glades and Highland Counties), Rock Mine Mitigation (Hendry County), Corbett WMA (Palm Beach County) Dinner Island Ranch WMA (Hendry County), Big Cypress Seminole Reservation (Hendry County), Brighton Seminole Reservation (Glades County, FL) . Letter of Map Revisions (LOMRs): Participated in FIS Appeals, LOMRs, and Physical Map Revisions for numerous individual properties as well as communities in FIRM revisions from Collier County to Pinellas County. The analyses accomplished for the mapping changes included coastal flood studies, riverine flood studies (using state-of- the-art 2-D modeling) and wave analyses that used the FEMA CHAMP software. Mapping done to FEMA's topologic standards. Flood Studies for Collier County, Florida (2012): Directed riverine and coastal modeling and DFIRM mapping for flood studies for Collier County as a Cooperating Technical Partners (CTP) which led to the effective FIRMS used today. These basins were all modeled using the TCE developed S2DMM model. These model studies included all of Collier County's riverine basins east of SR-29, nine basins or about two thirds of the county and all of its coastline. Flood Studies for Lee County Florida (2012-2014): Directed modeling and DFIRM mapping for flood studies for Physical Map Revision (PMR) for the Ten Mile Canal, and LOMRs for Estero River, East Branch/ Yellow Fever Creek and Powell Creek, Trout and Owl Creeks, and Mulloch Creek. These basins were all modeled using the TCE developed S2DMM model. Flood Study in Palm Beach County and the City of Boca Raton (2013-2014): Directed modeling and DFIRM mapping for the E-2E, E-3, and E-4 Canal Basins in the Hillsboro Canal Watershed that were developed for the current Preliminary FIRMS. The TCE developed S2DMM model was applied. Palm Beach County FEMA FIS Review and Appeal (2013—2014): Directed reviews of the modeling and DFIRM mapped performed by SFWMD and FEMA Contractors in several basins throughout Palm Beach County. Led the County in ongoing Appeals. ENGINEERING Wffirmative Action Employer Chris Murphy, P.E., ME, MPA Senior Project Manager + cz Tomasello Consulting Engineers ,�� •m•» •�• • =E a » ,,». Mr. Murphy has over twenty-five years of experience being part of, and leading, collaborative teams in the areas of water resource management, flood control and mitigation, and grant administration. Between 1994 and 2005 Mr. Murphy served in various positions in the public sector. His areas of focus included stormwater management, local Community Rating System (CRS) administration for the FEMA NFIP, stormwater utility management and administration, and capital project development and delivery. He has worked extensively with the public on all matter of public interest and inquiry related to minor and major flooding concerns, water quality and pollution issues, and local code compliance. Oftentimes Mr. Murphy has found success in working with the public, whether in a group setting or one on one, by providing clear delineation regarding the roles and responsibilities (including funding) of various government agencies and local and state laws as they relate to a specific drainage problem. Through Mr. Murphy's in-depth knowledge of regulatory framework, he has consistently been able to facilitate an alignment with the concept for a proposed public project and grant programs available to fund the project. Mr. Murphy's grant experience includes work with water management district cost share programs, Florida Department of Environmental Protection grant and revolving loan funding programs, Florida Department of Economic Opportunity (flea DCA) CDBG grants, FEMA HMGP grants, and Federal Transit Administration and Florida Department of Transportation grants and joint funding programs. Relevant Projects ➢ Big Cypress Indian Reservation Westside Basin HMGP Grant ➢ Cambridge Drainage Basin Retrofit HMGP Grant ➢ City of Port Saint Lucie Emergency Relief Canal (MOU operating agreement) ➢ Martin County Manatee Pocket Retrofit (initial FDEP/FDER grant) ➢ Cannova Park Neighborhood Improvements (CDBG grant) ➢ Indian Rocks Beach Drainage Retrofits (various locations-SWFWMD Cost Share) ➢ Indian River County Transit Construction (two locations-FTA Transit Grant) ➢ City of Edgewater Parktowne Project (Florida Inland Navigation District Grant) ➢ City of Port Orange various Hurricane Gene and Frances (FEMA HMGP Mitigation Grant requests) ➢ Port Salerno -New Monrovia Septic to Sewer Conversion Facility Plan (FDEP SRF listing request) Education ➢ BSCE & ME, University of Florida; MPA, University of Central Florida Affiliations (Past) Friends of Lake Jesup Legislative Task Force, Florida Stormwater Association Board Member, Florida Engineering Society Affiliations (Current) ➢ Rotary International, BSA, Indian River County Environmental Hearing Board LNU 11VttK I NU Affirmative Action Employer Collier Coun i I. Ability of Professional Personnel EDUCATION BS/Chemical Engineering Iberoamerican University (U.S. Certified) Patricia A. Grunwald Engineer/ Modeler/ GIS Tomasello Consulting Engineers LceTomasello Consulting Engineers Inc. Ms. Grunwald is proficient in using the SFWMD's DBHYDRO, ePermitting and other local and State databases used by the S2DMM Model. Her primary duties include GIS Spatial Analysis of Hydrodynamic modeling, information research and S2DMM modeling. During her early years as an engineer, she has studied the feasibility of Ferrate (VI) as a new wastewater treatment. KEY PROJECTS Estero Flood Study, Lee County: Analyzing information from DBHYDRO and ePermitting to setup input files used in the TCE developed S2DMM model for the basin in support of flood study submittal to FEMA. Seminole Tribe Flood Study - Brighton Reservation: Modeling and mapping the Brighton Reservation to deliver the FEMA flood study. Furthermore, sets up input files of S2DMM Model within different areas of the Brighton Reservation. Uses resources from SFWMD (DBHYDRO and ePermitting) and Arc Map-GIS. Seminole Tribe Flood Study - Big Cypress Reservation: Sets up input files for the S2DMM Model using multiple resources from SFWMD and ArcMap 10.4. Applies rigorous FEMA parameters for the TCE developed S2DMM model and FEMA mapping standards. Seminole Tribe, Big Cypress Reservation (Rock Mine): Mapping and modeling using the S2DMM Model for the reservation providing different options for their restoration mitigation areas. Seminole Tribe, Big Cypress Reservation (Basin 4): Mapping and modeling using the S2DMM Model for the reservation to provide the optimum conditions for the water resource area with current and proposed conditions. Seminole Tribe, Big Cypress Reservation: Mapping and modeling using the S2DMM Model applied to the reservation to provide the optimum conditions for the water resource area with current and new conditions. Also, provides liaison for GIS mapping. Seminole Tribe, Brighton Reservation: Provides for support modeling the study of various structure behaviors during different hydrographic conditions. Also, provides liaison for GIS mapping. Dinner Island, Hendry County: Provides liaison between modeling and mapping to sets up input files for the S2DMM Model using multiple resources from SFWMD and ArcMap 10.4. Furthermore, modeling using S2DMM Model to provide current and restoration results. ENGINEERING Wffirmative Action Employer JERRY H. KUEHN, P.E. GEOHYDROLOGIST/GEOTECHNICAL ENGINEER ARDAMAN & ASSOCIATES, INC., SARASOTA EDUCATION: B.S.C.E. Purdue University, West Lafayette, Indiana, 1980 M.S.C.E. Purdue University, West Lafayette, Indiana, 1981 REGISTRATION: Professional Engineer, Florida, No. 35557 DUTIES: Mr. Kuehn is responsible for determining scope of services and manpower requirements for geotechnical and groundwater projects. He is involved in siting, design, groundwater monitoring, in situ permeability testing, infiltration capacity testing, geophysical surveys and aquifer pump testing associated with liquid and solid waste disposal systems. He is also involved with physical soils testing, deep and shallow foundation design, settlement analysis, slope stability analysis and excavation dewatering system design. He plans and supervises field and laboratory testing programs, performs engineering analysis, design and report -preparation tasks. EXPERIENCE: • Water Control Structure #108, City of North Port, Florida Mr. Kuehn recently completed geotechnical investigations to evaluate the general stratification and engineering properties of the subsurface soils atthe site and performed analysis forthe proposed sheet pile wall support and to assess the need for seepage cut-off. • Water Control Structure #106, City of North Port, Florida Mr. Kuehn provided geotechnical services for replacement of the existing structure on the Cocoplum Canal. Activities included SPT borings, laboratory testing, and analysis for the proposed sheet pile barrier. • Greater Port Charlotte Storm Structures, Charlotte County, Florida Mr. Kuehn analyzed soil samples and laboratory test results as part of the project team for the replacement of six water control structures over selected waterways in Charlotte County. Services included a geotechnical investigation and foundation design recommendations. • Coral Creek Weirs, Charlotte County, Florida Mr. Kuehn was responsible for determining scope of services of geotechnical explorations fortwo proposed weir (water control) structures in Coral Creek. This included directing field explorations and laboratory testing; then performing foundation design analysis, settlement analysis and lateral stability analysis fortwo different design alternatives, including a reinforced concrete cantilever wall and a sheet pile wall. Analyses performed also included assessing the effectiveness of subsurface seepage cut-off walls. A geotechnical engineering report was prepared to summarize the results and conclusions, which provided our client with the information necessary to determine that the sheet pile wall would be the most cost-effective alternative. ENGINEERING Wffirmative Action Employer Collier Countu I. Ability of Professional Personnel ROSS T. MCGILLIVRAY, P.E. SENIOR CONSULTANT / LEAD GEOTECHNICAL ENGINEER ARDAMAN & ASSOCIATES, INC., TAMPA EDUCATON B.C.E. Civil Engineering, Georgia Institute of Technology, 1966 M.S. Civil Engineering (Soil Mechanics), Massachusetts Institute of Technology, 1968 PROFESSIONAL REGISTRATON Professional Engineer, Florida, No. 17920 PROFESSIONAL AFFILIATIONS American Society of Civil Engineers ASCE Geo-Institute Deep Foundations Committee International Society of Soil Mechanics & Foundation Engineering EXPERIENCE As the Senior Consultant of the Tampa office of Ardaman, Mr. McGillivray provides technical review and consultation on projects involving building and bridge foundations, geotechnical and materials engineering for industrial plant and port facilities, pavement systems, earth structures, surface mining, ground water hydrology, and sinkhole evaluation and remediation. He has been the lead engineer and/or project manager for more than 400 projects in the Tampa office of Ardaman & Associates, Inc. since 1999. He has authored more than 20 peer reviewed conference papers and presentations. Mr. McGillivray often provides consulting on earth structure and building foundation design to other Ardaman offices in Florida including Tallahassee, Cocoa, Sarasota, and Fort Myers. Mr. McGillivray joined Ardaman in 1996 as a Corporate Senior Engineer, working in both the Bartow and Tampa offices on earthen dam construction and design of building and bridge foundations. He was assigned to the Tampa office in 2000 as the Chief Engineer. Mr. McGillivray has more than 50 years' experience as a geotechnical engineer, including projects in groundwater hydrology, design of earthen dams, site exploration programs utilizing geophysical methods as well as direct exploration techniques including Standard Penetration Test (SPT) and Cone Penetrometer Test (CPT) methods. Mr. McGillivray managed the Geotechnical Testing Laboratory at MIT from 1968 through 1970, and is an expert in evaluation of geotechnical laboratory test data. His recent experience includes: Sheet Pile and Earth Structure Projects Mr. McGillivray has performed numerous projects for design of Sheet Pile walls as well as seepage analyses for .earthen dams. He has used hand Flow -Net analyses as well as Finite Element Flow Analyses for seepage through dams and below sheet pile walls. The sheet pile wall projects include design or evaluation of sheet pile walls for Berth 3 and Berth 263 in the Port of Tampa, Pier 15 bulkhead sheet pile wall in Puerto Rico, the sheet pile river wall in Owensboro, KY and the concrete flood wall at the Louisville Arena in Kentucky. The Louisville flood wall analyses evaluated the seepage effects on a below grade garage floor slab due to flooding in the adjacent Ohio River to 20 feet above the garage floor elevation, including the flow rate required from relief wells to prevent slab damage. He also analyzed the structural stability and seepage due flood flow over -topping of a cantilever sheet pile weir/wall for Canal L-28 on the Miccosukee Federal Indian Reservation in Broward County, Florida. Building Foundations and Site Developments Mr. McGillivray has designed foundation systems for numerous buildings including the design of shallow footings, driven and drilled piles, drilled shafts, and ground improvement systems including vibroflotation and stone columns. Mr. McGillivray has performed several foundation exploration programs, analyses and designs for tanks and other structures at the James Hardie plant in Plant City. He provided the foundation design for Strawberry Crest High School in Hillsborough County that included pre-treatment with stone columns to reduce the risk of sinkhole development. He has also provided engineering support for numerous large site development projects including the Trinity Communities and Zephyr Commons projects in Pasco County, Florida, the Colusa Trace project in Hillsborough County, Florida, the Albany Project in Nassau in the Bahamas and Bakers Bay in Abaco, Bahamas. He was the geotechnical engineer for the design of foundations and the site preparation for the Point Lisas DeSal project in Trinidad, the largest desalinization plant in the western hemisphere. ENGINEERING Wffirmative Action Employer IVAN F. SOKOLIC P.E. SENIOR PROJECT ENGINEER ARDAMAN & ASSOCIATES, INC., FT. MYERS EDUCATION M.S. Civil Engineering, University of South Florida, 2003 B.S. Civil Engineering, P. Universidad Catolica del Peru, 2000 REGISTRATION / PROFESSIONAL AFFILIATIONS Professional Engineer, Florida, No. 64114, 2006 Member, American Society of Civil Engineers Member, Florida Engineering Society EXPERIENCE Mr. Sokolic has 20 years of experience in management, design, and construction of engineering projects. He has held positions in the private and public sectors, including eight years with the Florida Department of Transportation (FDOT). He has extensive knowledge of transportation standards, concepts, practices, and procedures, as well as geotechnical engineering, pavement evaluation, materials testing, and construction engineering and inspection (CEI). His project experience includes foundation design recommendations and materials testing evaluation for industrial, commercial, and residential low to high-rise structures, transportation facilities, water and wastewater treatment facilities, park and recreation facilities, and mining activities. As Branch Manager of the Ft. Myers office, he supervises a team of engineers, scientists, technicians, inspectors, drillers, and administrative personnel. His responsibilities include determining and performing the scope of services for quality control/quality assurance, construction materials and testing, and geotechnical projects. Mr. Sokolic currently serves as project manager for FDOT, city, county, and continuing services agreements for geotechnical and materials testing services. The following items describe part of his project experience: FDOT Districts One and Seven, District Geotechnical Office, FL As the Assistant District Geotechnical Engineer for FDOT Districts One and Seven from 2011 to 2014, Mr. Sokolic was responsible for the staff in the geotechnical section at the District Materials and Research Office. He served as the Geotechnical Engineer with oversight, direction and involvement in Geotechnical Consultant Project Management in the coordination of geotechnical work. Performed field inspections on ongoing projects. Provided technical expertise to the District Design, Construction, and Maintenance offices. Oversaw the development of foundation designs and recommendations for all major and minor bridge construction projects in the 17 counties in Districts One and Seven. Coordinated with FDOT State Geotechnical Engineer on acceptable bridge foundation investigations, analysis and designs. Coordinated with Construction Engineer and Resident Engineers regarding application and implementation of geotechnical recommendations. Prepared, oversaw and reviewed geotechnical reports, geotechnical submittals, and engineering analysis reports. Coordinated and reviewed field work to verify compliance with governing procedures and engineering requirements of structures. FDOT District One, Geotechnical & Materials Testing & Inspection, Continuing Services Contract, FL As a consultant, Mr. Sokolic has managed several geotechnical, materials testing, and pavement evaluation contracts with FDOT including the current $5 million CA509 contract to support the Department with geotechnical, coring, and materials testing activities for projects throughout the 12 counties part of District One. Evans Ave. (SR 739) from Hanson St. to SR 82, Lee County, FL Responsible for the performance of quality control testing of this 1.3 miles long milling and resurfacing and realignment roadway construction project located in the City of Fort Myers. ENGINEERING Wffirmative Action Employer ® ARCHAEOLOGICAL CONSULTANTS INC. Florida's First Choice in Cultural Resource Management MARION M. ALMY, RPA Ms. Almy, the founding Principal and President of Archaeological Consultants, Inc. (ACI), has 41 years of cultural resource management experience throughout Florida. She manages projects for a diversity of public and private entities including the Florida Department of Transportation, Florida's Turnpike Enterprise, the USDA Forest Service, South Florida, Southwest Florida and Suwannee River Water Management Districts, and various counties, as well as large-scale projects for private corporations. She represents clients in meetings with regulatory agencies, including the Florida State Preservation Office, US Army Corps of Engineering, the US Coast Guard, Federal Bureau of Prisons, the National Park Service, and federally recognized Native American tribes. Professional Credentials Meets the Secretary of Interior's Professional Qualifications Standards Registered Professional Archaeologist (RPA) B.A. Anthropology, Florida State University, 1968 M.A. Anthropology/Public Archaeology, University of South Florida, 1976 Florida Archaeological Council (past President) National Trust for Historic Preservation (Board of Advisors) American Cultural Resource Association (past Director) Relevant Professional Training Revised Section 106 Workshop Advanced Seminar on Preparing Agreement Documents Section 4(f) Compliance for Transportation Projects Native American Graves Protection and Repatriation Act Bridge Rehabilitation for the 21 st Century: Sponsored by FHWA and The Historic Bridge Foundation ect Manager Project Manager and Principal Investigator for a diversity of undertakings on behalf of all FDOT districts, Florida's Turnpike Enterprise, and the Central Environmental Management Office (CEMO). Project types include PD&E studies and re- evaluations; pond siting surveys; right-of-way transfers; bridge replacements; effects determinations and Section 106 Case Study Reports; Memoranda of Agreement (MOA); Data Recovery Plans for Phase II and Phase III excavations, Historic American Building Survey/Historic American Engineering Record (HABS/HAER) documentation; and mitigative excavations. • Expertise in planning and participation in public workshops, coordinating with local, state, and national preservation groups and regulatory agencies. • Consultant to the Florida Division of Historical Resources (DHR) to develop the original and revised Standards and Guidelines for Archaeological and Historical Reports (FAC 1A-46), and ACI's Project Manager for the DHR Cultural Resource Management Standards & Operational Manual. • More than three decades of experience creating and implementing cultural resource components for historic preservation interpretive plans for parks, historic sites, trails, and byways, including Historic Spanish Point, the antebellum Gamble Plantation, the Lake Okeechobee Scenic Master Trail Plan, county parks, and interpretive plans for the Pensacola Scenic Highway and the Tamiami Trail as part of Florida's Scenic Highway Program. • Recognized leader in historic preservation: Governor's appointed prehistoric archaeologist to the Florida National Register Review Board and chairman to the Florida Historical Commission; Florida Advisor to the National Trust for Historic Preservation and member of the Executive Committee; contributor to the Journal of the Florida Engineering Society. ENGINEERING Wffirmative Action Employer Kaye A Molnar Cella Molnar & Assocla tes, Inc. Expertise Ms. Molnar has 20 years of experience in planning and public involvement for new and expanding roadway and infrastructure facilities. She is skilled in developing and implementing successful, comprehensive large-scale public involvement programs as well as working with individual property owners. She has established effective working relationships with media personnel and repeatedly develops trusted relationships with residents and property owners on her projects. Her project management skills combined with her extensive experience in dealing with the public both in person and via telephone communications make her uniquely qualified. Education B.S., Business Administration, University of South Florida, 1998 A.A., Business Administration, Edison Community College, 1983 Key Proiects Fort Myers Downtown Utility and Streetscape Improvements Project, City of Fort Myers, Florida — Public Information Project Manager for this APWA award -winning City of Fort Myers project which included the complete replacement of all underground utilities and streetscape improvements throughout the Downtown Fort Myers area. An extensive Public Involvement Program was conducted using a combination of Public Information Workshops, small group and numerous, daily individual meetings with property and business owners along the corridor. Newsletters and notification flyers were prepared periodically for distribution to the affected property owners and tenants in the downtown area. Coordination of water shut -offs, boil water notices and rescission notices for affected properties. Extensive coordination with City staff and officials, downtown property owners, residents and business owners were significant factors of the program. Duties also included coordination of weekly local media traffic reports and interaction with local press. A project website, www.FMStreetscape.com was created to keep the public informed on the project. Fort Myers Traffic Calming, Fort Myers, Florida — Public Information Manager for a series of City of Fort Myers Ward meetings. Public information workshops were held in each ward to present traffic calming tools designed for specific areas within the ward. Comments regarding the proposed improvements, as well as additional needs, were taken from property and business owners in the ward. Comments were immediately diagrammed on -site for all meeting attendees to view. All comments were submitted to the project team for evaluation. Downtown Fort Myers Mobility Study (Traffic Concurrency Exception Area) Fort Myers, Florida — Public Involvement Manager for City of Fort Myers' downtown mobility study. The Public Involvement Plan included letters to elected officials and agencies. A project postcard announced a public information workshop to present multi -modal transportation options. Public comments were solicited on alternative modes of transportation such as bicycle and pedestrian facilities, public transit, trolley routes, and use of land, waterways and roads. Comments were submitted to the project team for evaluation. ENGINEERING Affirmative Action Employer 2. PAST PERFORMANCE ENGINEERING FIRM EXPERIENCE CITY OF CORAL Cape Coral Weir 29 HENDRY COUNTY Hendry County Drainage Services, Master Contract Our team has a comprehensive understanding of the entire regional stormwater management process from early planning to detailed design, permitting, and construction. Not only does our proposed team have decades of experience in regional and local stormwater management design and permitting, but the project components described in the solicitation for the Upper Gordon River Stormwater Management System improvements are very similar to two of our current projects: Cape Coral Weir 29 and Hendry County Canals Restoration and Mitigation (FEMA-DR-4337-FL). Those and other key projects demonstrating our similar experience are included below and are within the last five years. The City of Cape Coral actively manages one of the largest surface water management systems in Southwest Florida, composed of many miles of fresh and saltwater canals, interconnecting culverts, irrigation withdrawal facilities and 30 major water control structures. Johnson Engineering recently completed the detailed design, specifications, and permitting through SFWMD and USACE for one of the primary outfall structures,Weir 29, and the project is currently out to bid. Performed entirely in-house, the design included a fixed -crest concrete weir with two slide gates with motorized actuation, remote monitoring, and remote operation. The Supervisor Control and Automatic Data Acquisition (SCADA) system was designed to be compatible with the existing remote monitoring and operating system currently used by the City of Cape Coral, HSQ via radio and cellular backup. Like other areas in Southwest Florida, the City of Cape Coral has an overabundance of freshwater in the rainy season and a lack of water in the dry season, often leading to severe irrigation restrictions mandated by lowered water levels in the freshwater canals and groundwater. A key recommendation in the City's stormwater master planning was to install a new weir at the existing, uncontrolled outfall to Yellow Fever Creek from Midsummer Canal. It was proposed that the new weir would raise the control elevation and reduce freshwater outflows during the dry season, preserving a precious resource. Our first step in the detailed design phase of this project was to critically review the conceptual design provided by others to identify any areas of potential cost savings while still providing the same level of service intended in the master planning. During the review of the model, we found that the downstream culverts under the roadway were shown to be the controlling factor, not the proposed weir, meaning the weir length could be considerably shortened without negatively impacting the project. To demonstrate this and fine-tune the design, we pulled the upstream and downstream boundary conditions from the conceptual design model (a dynamic, two-dimensional, multivariate model of the entire city's watershed that took hours to run) and built a static, one-dimensional model with a run time of only a couple seconds because we were not remodeling the entire watershed with each tweak of the design. Through this process the total weir length was shortened from 68 feet to 20 feet. This simpler modeling approach and smaller weir design resulted in considerable cost savings for the City in both consulting fees and construction costs with the same level of service as required by the master planning. Often master planning efforts look at the big picture and ignore the fine detail and many consultants interpret master plans as gospel without scrutiny. Having a thorough understanding of our local hydrology coupled with expertise in hydraulics allow us to optimize designs. Even more important, is the reduced operation and maintenance costs that will result in cost savings for many years in the future. The heavy rainfall events in August 2017 followed by Hurricane Irma in September 2017 caused damages to several waterways throughout Southwest Florida, including Austin Relief and Roy Brown Canals in northwest Hendry County. The County is receiving funding from FEMA for repair and restoration, hazard mitigation, and construction of new facilities in and around the two canals. Johnson Engineering authored Hydrologic & Hydraulic Studies for the canals and is in the process of designing and permitting improvements to both canals, including bank armoring, culvert replacement, and installation of a water control structure. 0,'�-40W ENGINEERING Affirmative Action Employer 11 1 LEE COUNTY Southern Lee County Flood Mitigation Plan Johnson Engineering was the lead civil engineering consultant for the renovation of the Fort Myers Country Club Golf Course Renovation project.The 130-acre Donald Ross designed golf course is oldest golf course in Fort Myers and adjacent to a Community Redevelopment Area.The new stormwater features on the golf course property were designed to treat and attenuate urban stormwater runoff from the golf course and residential and commercial areas before discharging into the tidal Caloosahatchee River, as well as rejuvenate the historic golf course with improved irrigation, drainage, and grasses. Johnson Engineering provided the City with grant support that resulted in the award of $840,000 TMDL Reduction Grant administered by FDEPwith matching funds of $870,OOO.The City obtained the abilityto have a credit ledger of volumetric credits and load reduction credits available, depending on the type needed for a particular project in need of credits. Either way, the project results in reducing the nitrogen, phosphorus and sediment loadings to the River and meeting the SFWMD water quality criteria. The constructed system provides excess treatment capacity for future development within the four US 41 redevelopment areas to meet the SFWMD requirements.This enables redevelopment along a major thoroughfare through the city where individual parcels would otherwise not be easily developed. Surface water runoff passes through the project in a major ditch, Carrell Canal, with tributaries from residential areas piped through the course. Most of these offsite flows are diverted through ponds and filter marshes.The placement of these treatment areas within the golf course was challenged by the existence of desirable mature trees and functional space for storm water features that were out of play for the course. The golf course architect was able to restore the course toward its original routing and weave the storm water features in as character features. This maintained the historical context of the course, increased commercial viability along the US 41 corridor and provided a much needed reduction of pollutants including nitrogen for which there is a TMDL and active BMAP on the Tidal Caloosahatchee immediately downstream. The City will track the usage of either volumetric usage of water quality treatment or by annual pounds of loading. The Community Redevelopment Agency will have a designated share of the credits based on the money that was provided to construct the project. The purpose ofthis project wasto develop a regional model of Lee County south ofthe Caloosahatchee River and develop conceptual projects to help with flood mitigation. Johnson Engineering was part of a team of consultants for the project. Johnson Engineering was responsible for the South Lee County watershed which is comprised of 68 square miles of land. A total of 23 conceptual projects were identified and evaluated and had an estimated cost of $80,000,OOO.The projects were modelled within the regional model that Johnson Engineering was responsible for reviewing for accuracy. Subsequently, Johnson Of Engineering model several of the conceptual projects in local scale models to better refine the conceptual design and confirm results of the regional model. The modelling results showed that significant (2 feet) water level reductions within Ten Mile Canal as a result of the conceptual improvements projects. ENGINEERING Affirmative Action Employer i J CITY OF SANIBEL The Dunes Subdivision was designed in 1973 priorto many ofthe permitting requirements oftoday and a year prior to the incorporation of the City of Sanibel. Some of the roads that were demucked but not backfilled were later declared as wetlands and remain as linear bodies of shallow water. Construction started soon after the designs were completed, with home construction underway in 1975.The design of the structure modification in 2016 was a necessary adaptation due to sea - level rise over the past forty-five years at a rate of about one foot per century. The original control elevation was and is 2.0 feet relative to the National Geodetic Vertical Datum of 1929 (NGVD 29). Today it is rare for any development to have a control elevation below 2.5 feet NGVD 29. The subdivision ponds were directly connected to tidal waters for the first several years of the subdivision. Once the control structure was installed, the water in the ponds began to freshen. Plants around the pond edges became accustomed to the fresh water and began to thrive. During part of the subdivision's life, there was need to dispose of treated effluent from the wastewater treatment plant beyond the capacity of the percolation ponds located directly south of it. When used as overflow storage, the treated water was sent to the stormwater ponds without being used for irrigation first.This occasional storage of treated wastewater was an additional source of nutrients into the ponds, along with runoff from fertilized lawns. While studying the nutrients in various parts of the City, the staff discovered the varying salinity levels in the ponds and the detrimental effect it was having on the created ecosystem. It was then that we were approached to design a modification to the outfall structure that would allow the water quality in the ponds to be stabilized as freshwater, with accompanying plants that will improve the water quality with reduced nutrient content in the water.This in turn will reduce the nutrients that are discharged to the tidal waters around Sanibel. Johnson Engineering was responsible for the design, permitting, construction engineering inspection and permit certification for modifying the existing weir control structure that separates a freshwater stormwater management system for the saltwater tidal system as requested by the City of Sanibel. The salt water would flow backwards during high tides and increase the salinity within the lake system. Johnson Engineering designed a custom -manufactured salinity gate by preparing detailed mechanical drawings.The detailed mechanical drawings allowed a local fabrication machine shop to construct the gates, thereby reducing the cost of the gate significantly by not using a national supplier of flow control gates. The design was based upon a concept that Johnson engineering had developed in the 1970s and remains the most cost effective today. Mangroves had grown around the structure since its original construction circa 1980 and the project required close agency coordination for selective clearing of mangroves to facilitate construction. Additionally, the project was within an existing golf course and as such the work was scheduled during the off season to minimize golfing impact and keep workers safe. ENGINEERING Affirmative Action Employer i I(ITSON &PARTNERS Johnson Engineering was contracted with to provide permitting, design and construction services for three major water control structures (weirs) on Curry Lake Canal, part of an older agricultural Curry Lake drainage system on Babcock Ranch in eastern Charlotte County, Florida.The weirs begin the process Canal Structures of restoration of wetland hydroperiods on Babcock Ranch that were altered by drainage activities and will become the primary backbone of the stormwater management system currently under design for the future Babcock Ranch Community, just off State Route 3 I .AII structures utilize epoxy -coated steel sheet piles as foundation support embedded in reinforced concrete caps, forming the crest walls and high cap areas of the weirs. Aluminum single slide gates enable the operator to lower the upstream F4ti z ,t;, water levels in the system for maintenance or emergency needs. All structures incorporated unique concepts for upstream deep water habitat for macroinvertebrate, fish and plant communities, as well as rip/rap and sod erosion control measures. The deliverables also included a web -based mobile mapping component that enables the facilities to be viewed on mobile devices such as iPhones, Pads and Android devices as well as through standard internet browsers.The project was managed by a GIS team composed of a database administrator, two GIS analysts and a professional Surveyor and Mapper licensed to practice in the state of Florida. Since a geodatabase with even a moderate number of feature classes, tables, and columns can be difficult to visualize, we created and continue to maintain a database diagram. The database -�` diagram has enabled those working with the geodatabase to more easily understand r how features, tables, columns, and relationships interact.The database diagram has also — been key in maintaining a balance between over -normalization and data duplication. CITY OF CLEWISTON Canal C-21 Bridge Project The City of Clewiston is proposing to construct a bridge to span the C-21 Canal for access to and inside the Herbert Hoover Dike.The bridge structure provides a single span across the canal and has accommodations for pedestrians and bicyclists in addition to many types of motor vehicles.The C-21 Bridge Project will also incorporate an access ramp leading up to the bridge and a separate bypass connector road to allow continuous access to the C-21 canal. Johnson Engineering performed surveys, ecological assessments, surface water modeling, and site/roadway design to obtain the necessary permits to construct the bridge. Permit applications and plans were submitted to the Florida Department of Transportation (FDOT), U.S. Army Corps of Engineers (USACE) and the South Florida Water Management System (SFWMD) and are currently under review. A Right -of - Way (ROW) Permit and Environmental Resource Permit (ERP) are both required by SFWMD since the proposed project will modify an existing surface water management system and is also within a right-of-way maintained by the SFWMD. Although not directly designing the structural components, Johnson Engineering worked closely together with the structural engineerto ensure applicable bridge members/information were coincident between the civil and structural plans. Surveying efforts included a topographic survey of 7.5-acre project area which included collecting canal cross sections every 25 feet to model the canal. River modeling software was used to ensure the proposed bridge construction will not negatively affect canal hydraulics.A separate hydrologic and hydraulic model was also created for the site to demonstrate the proposed system will not exceed parameters of the original permit. Ecological assessments were conducted to identify environmental and wildlife concerns associated with infilling or negatively impacting the surrounding area.The project resulted in no impacts to wetlands or wildlife, with only minimal impacts to surface waters to allow erection of the bridge pilings and riprap placement for stabilizing the canal banks. Future construction administration will consist of bidding services, construction inspection, and project certification to various permitting agencies. Johnson Engineering will work closely together with the City of Clewiston and the selected contractor to provide quality assurance throughout the construction process and through permit close-out. ENGINEERING Affirmative Action Employer CHARLOTTE COUNTY 2011 Storm Structures Series Johnson Engineering was retained by the newly formed Charlotte County Community Development Department to complete the survey, design, permitting, and construction services for six of the Greater Port Charlotte Storm Water Control Structures. The structures are listed below: Structure Construction Basin Structure Roadway Area Size Schedule Weir SUN 3.65 Forrest 240 sf Spring 2013 N/A Nelson Invert 0.0' 360 sf HAV 4.33 Quesada Spring 2012 -85 feet long @ Elev 9.0' Little Invert 0.0' 160 sf Alligator DOR 4.75 Bachman Spring 2012 50 feet long @ Elev 13.0' Invert 4.3' 56 sf MOR 5.08 Bachman Spring 2012 -40 feet long @ Elev 15.0' Invert 6.7' 80 sf FOR 5.11 Peachland Spring 2013 -5 feet long @ Elev 18.2' Invert 7.0' Fordham (2) 36" RCP NIA 5.72 Peachland x 100 ft Spring 2013 -6 feet long @ Elev 18.1' Invert 10.0' The work performed included: survey, subsurface utility engineering (SUE), deed research, SWFWM D environmental resource permitting, utility relocation (public & private), FDEP permitting, stormwater modeling, USACOE permitting, engineering, design, MOT, County multi -department coordination, estimating, construction documents, and other administrative tasks. Three of the structures are assigned an FDOT bridge number and will be on the FDOT inventory (once constructed) for bi-annual inspections. A particular interesting aspect of this project is coordination with Charlotte County to determine and design the MOT detour plan to minimize the impact of traffic on Peachland and Quesada. Planning and construction schedule is considered when impacting the traffic for these vital arterials. The plans and specifications were prepared with flexibility for the contractor to utilize pre -cast or cast -in -place structures. Estimated construction cost is $5.2 million. Johnson Engineering was hired to design and permit the Ford Street Canal Filter Marsh project for the City of Fort Myers.This water quality and wetland enhancement/creation project required expert knowledge of the environment, hydrology, hydraulics, construction methods, and permitting requirements. The filter marsh was designed to add water quality treatment for an over 800-acre urban developed basin.Through pollutant removal, the Ford Street Canal Filter Marsh will provide reduction of existing impairments to the Caloosahatchee River. Nutrient loading analysis performed by Johnson Engineering for the project demonstrates the water quality treatment benefits of the project. HEC-RAS and ICPR modeling were conducted by ourteam.A FEMA no -rise certification for improvements in Ford Street Canal and Billy's Creek conducted by our team provides assurances that the project will not impact flood elevations or conveyances.An annual hydrologic and hydraulic model to determine the hydroperiod of wetlands in the filter marsh was developed. In addition to the hydroperiod, the model helped to establish a control elevation much lower than normally approved. Grant services for federal assistance were provided by our team for the Land and Water and 3 19 Grants. The project provides recreational and educational benefits to the public.The boardwalk allows viewing of birds, plants, and other wildlife.A canoe/kayak launch at Shady Oaks Park provides recreation to park visitors. It 11 U 1 11 It It K 1 11 U Affirmative Action Employer Johnson Engineering teamed with The Brooks CDD, Lee County and Lochler Environmental in 2015 to retrofit the north stormwater management outfall at The Brooks in south Lee County, known as OS- I .This project added several features and capabilities to an existing stormwater outfall weir structure which helps to manage runoff and to provide better flood control for a large residential golf course community. Johnson Engineering designed the modified weir components, including telemetry control of gate operations. The SFWMD permit was modified for the weir structure modification that added a fixed crest weir and a slide gate which discharges excess water north to South Branch Estero River when water levels inside The Brooks reaches a permit specified level. The SFWMD permit modification included a critical Gate Operations Schedule which specified how gate operations were to occur. Added structure modifications were Campbell Scientific water level, rainfall, and gate position sensors along with cellular telemetry communications to establish real time monitoring of water levels and remote gate operations. The system is operated by The Brooks CDD and data continues to be managed by Johnson Engineering. Water levels are recorded at I -hour intervals, rainfall at 15 minute intervals and gate positions monitored at I minute intervals, allowing for close estimations of outflow volumes. With access to current water levels via internet connection on a real time basis, the system has proved to be a valuable tool in controlling internal water levels at The Brooks, utilizing the remote gate operation capability of the system. The ability for remote gate operations has proved invaluable on multiple occasions, including Hurricane Irma in September of 2017. LNU I NIZLK I NU Affirmative Action Employer Coder County AdminlstraEve Services Department Procurement Serfices DNision Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQ UIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Engineering, Inc. (Name of Company Requesting Reference Information) Mike Lohr, PSM (Name of Individuals Requesting Reference Information) Name: Jody Daubenberger (Evaluator completing reference questionnaire) Email:Jdaubenb@citycapecoral.net FAX: NIA Company: City of Cape Coral (Evaluator's Company completing reference) Telephone: (239) 242-3440 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: Cape Coral Weir 29 Project Budget: $165,500 Completion Date: Ongoing Project Number of Days: 6/2019-TBD Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 '.'UPDATED JANUARY 28, 2020... COPWr County Administrative Services Depaftent Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Enoineerina. Inc. (Name of Company Requesting Reference Information) Andy Tilton, PE (Name of Individuals Requesting Reference Information) Name: John Mort (Evaluator completing reference questionnaire) Email:lohn.mort@mysanibel.com Company: City of Sanibel (Evaluator's Company completing reference) FAX: (239) 472-6041 (239) 472-6397 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: The Dunes Subdivision Weir Design Project Budget: $ 19, 995 Completion Date: 2016 Project Number of Days: 270 days Item Criteria Score must be completed 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS ioo ***UPDATED JANUARY 28, 2020*** COMP CO-14"ty Administratve Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Engineering, Inc. (Name of Company Requesting Reference Information) Chris Beers, PE, PSM/Erik Howard, PE, PSM ame of Individuals Requesting Name: Karen Bliss Company: Charlotte County Public Works (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: Karen.Bliss@charlottecountyfl.gov FAX: (941) 575-3664 Telephone: (941) 575-3642 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Project Budget: Storm Structures HAV 4.84 $93,620 (Design), NO CO's Completion Date: 9/21 /2018 (De isg n) Project Number of Days: 589 (Design) Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 R."UPDATED JANUARY 28, 2020... collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Engineering, Inc. (Name of Company Requesting Reference Information) Erik Howard, PE, PSM (Name of Individuals Requesting Reference Information) Name: Steve Neff (Evaluator completing reference questionnaire) Email: sneff@aimengr.com FAX: N/A Company: AIM Engineering & Surveying, Inc. (Evaluator's Company completing reference) (800) 226-4569 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." Southern Lee County Flood Mitigation Plan Project Description: Completion Date: Project Budget: $301,600 10/2020 Project Number of Days: 740 days Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS too ***UPDATED JANUARY 28, 2020*** collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Engineering, Inc. (Name of Company Requesting Reference Information) Andy Tilton, PE (Name of Individuals Requesting Reference Information) Name: Randy Martin Company: City of Clewiston (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: randy.martin@clewiston-fl.gov FAX: (863) 983-4055 Telephone: (863) 983-1484 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." C-21 Bridge Design & Permitting Project Description: Completion Date: Project Budget: $350,000.00 October 2020 Project Number of Days: 540 Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS too ***UPDATED JANUARY 28, 2020*** collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services for Upper Gordon River Improvements Reference Questionnaire for: Johnson Engineering, Inc. (Name of Company Requesting Reference Information) Andy Tilton, PE (Name of Individuals Requesting Reference Information) Name: Saeed Kazemi, PE (Evaluator completing reference questionnaire) Email: skazemi@cityftmyers.com Company: City of Fort Myers (Evaluator's Company completing reference) FAX: (239) 344-5943 (239) 321-7216 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: Fort Myers Country Club Completion Date: Project Budget: $6.3 million for construction 2014 Project Number of Days: 180 days Item Criteria Score must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 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 97 ***UPDATED JANUARY 28, 2020*** 3. PROJECT APPROACH, WILLINGNESS TO MEET TIME & BUDGET REQUIREMENTS ENGINEERING RESOURCE AVAILABILITY Consulting is a service -based industry. At the end of the day, what matters is your consultant's ability to address your needs as the clientWe understand this and tailor our approach to be focused on client service. With significant experience in serving other municipal stormwater departments in Southwest Florida, we feel confident we can meet your needs in a timely and efficient manner that exceeds your expectations. We are a diversified enough firm to have resources ready and available to allocate to most of the tasks described in the solicitation. We are also an agile enough firm to seamlessly align with other specialty consulting firms when needed to team and get a job done. We are structured and comfortable in handling multiple projects and a multidisciplinary range of services to our clients concurrently. PROJECT KICKOFF A robust project kickoff is essential for project success. This upfront coordination phase includes discussion of survey, recommendations from the 2018 conceptual design report, existing permit research, utilities, and existing site conditions. We will discuss the findings of our initial site review to determine prioritization of design improvements to ensure the most efficient use of project funding while also streamlining the design process. We will prepare an initial project timeline to have available and discuss at the project kick-off meeting. At the same time, we will be planning, in conjunction with Cella, Molnar & Associates and County staff, a robust outreach program to effectively communicate with neighborhood residents, get their input, suggestions and, hopefully, project buy -in. In addition to the residences, there will be considerable interface with golf course areas of play and the golfers. We believe this to be critical to project success and to minimize complaints to County staff during permitting and construction. Once developed, this outreach program can be restarted for the follow-up permitting and construction phases. SITE ASSESSMENT \n/k. , I+ ­­ +_ ;A_ ,+;f. ;; —;- + nk—n - ko++or \A/o k­ ­«­W-A n In — II f wot SITE ASSESSMENT: Subsurface Utility Exploration (SUE) During the initial data collection phase, we will also coordinate with the Utility Agency Owners (UAOs) to identify existing facilities within the project area and discuss resolution of any potential conflicts. Where needed, we will also use our own in-house SUE truck to excavate (soft dig), locate, document, photograph and re-cover the underground utilities. Our in-house utility engineers have been designing utility improvements for Collier County for years. We will utilize this experience to coordinate resolution of conflicts on your project. SITE ASSESSMENT: Environmental Mapping & Reporting Knowing that Section 404 permitting is typically one of the longest items on the project schedule (as discussed in more detail later), our in house environmental team is ready to begin the environmental field work immediately after the project kickoff. Specific tasks will be mapping out the project area in accordance with the Florida Land Use, Cover and Forms Classification System (FLUCFCS) and performing surveys to identify any listed species not only within the proposed work area but also adjacent to the construction activities. SITE ASSESSMENT:Geotechnical Survey Necessary geotechnical services will be employed at this stage to gather information to properly - address problems related to erosion, settlement, shallow bedrock, weir foundation design, and suitability analysis. We have partnered with Ardaman and Associates, a large national firm with a strong local .- presence, as they also have in-house hydrogeologists and licensed structural engineers who will be responsible for ensuring the structural integrity of the weir and seawall, where applicable. SITE ASSESSMENT: Archaeological Review The permitting agencies and FEMA will require archaeological review and documentation that the proposed project will not adversely impact historical features. We have teamed with the leading _ archaeological consulting firm in the area, Archaeological Consultants, Inc. (ACI), and propose a +� proactive approach by conducting the archaeological review early in the project so that we are ready to respond when the historical preservation questions are received. DESIGN &PERMITTING We have the in-house expertise and resource availability to design every component of this project and submit the permit applications to SFWM D, FDEP and/or USACE. Our broad range of staff and teams includes every discipline needed for this stormwater management mprovement contract including water resources, electrical & communications, planning, CA iCOUNTY transportation, environmental, utilities, hydrogeology, GIS, and development. As shown in our organizational chart, we have a group of licensed design professionals for every area mentioned in the solicitation. The project's reliance on federal funding from FEMA is a critical success factor, thus we have teamed with Tomasello Consulting Engineers (TCE), a firm with not only extensive stormwater modeling experience in Collier County, but also extensive experience related to FEMA-funded projects. TCE �$COUNTYwill be specifically responsible for the Benefit Cost Analysis (BCA) using the FEMA BCAVersion 6Toolkit. Preliminary Design While data collection is still underway, our in-house surface water management engineers will be reviewing the conceptual design and setting up the necessary modeling to ensure the system workability and meet current permitting requirements. Weirs in SW FL by The Gordon River 1975 Master Plan and SFWMD ERP Exemption No. I 1-03149-P Johnson Engineering 2020 provide good starting points when considering permitting, as they can provide a historical justification for permit exemption for the canal dredging portion of the work. It 11 U 1 11 It It K 1 11 U Affirmative Action Employer When the field work is nearing completion, our team will develop design concepts and alternates to address issues found in the field. An example of a unique issue is the replacement of the existing rock weir. The Upper Gordon River (FDEP WBID 3278I) is listed as aWaters Not Attaining Standards due to low Dissolved Oxygen and E.coli. The existing rock weir provides some water quality improvements by increasing aeration and exposure to sunlight due to the tumbling of the water as it falls along the downstream side of the structure as shown in the cover photo. The ultimate replacement structure will be designed to obtain similar benefits. These options and alternates will be thoroughly discussed with County and, after consensus is reached, presented to the public in an outreach program designed by our sub -consultant team member Cella, Molnar & Associates. This public relations effort will be critical to project success and will need significant resources applied. Designing stormwater management alternates, like other complex design processes, is always an iterative process. In this case, there could be input from both County staff and from neighborhood residents as well. Oftentimes, a unique and workable solution will result from this iterative process and when the neighborhood residents are involved, that often develops a pre - approval of the project results. Plan Preparation and Design Requirements Construction plans sent out for public bid require a significant amount of detail: quantity tables, drainage structure cross section, pavement repair details, etc.To produce an accurate set of plans that minimizes the County's liability to change orders and claims during construction requires attention to detail.With our dedicated stormwater, transportation, electrical and utilities design teams, Johnson Engineering is well -versed in producing stormwater improvement plans. Many of our key staff proposed for this project work solely on water resources projects and fully understand what it takes to produce a quality set of plans. Design Submittal Meetings (30%, 60%) With each phased design submittal, we will host project team meetings to review the plans and discuss remaining issues. We will present our design criteria and base assumptions and identify any potential conflicts or issues. Most importantly, we will identify the issues and ask the questions that must be addressed for us to proceed with the design. Often, we can address the issues right then and there and leave the meeting with the information needed to keep moving forward.This does not preclude the official review process but allows it aft 1-1§16, r to run concurrently without slowing down plan production.This also significantly reduces staff's necessary review time. SERVICES DURING CONSTRUCTION Not only do we have a dedicated CEI department, but every engineering department also has decades of consistent CEI experience. Although construction observation is not a part of this contract, our decades of CEI experience help us make informed constructability decisions during the design, bidding, and construction phases. Resource availability will not be an issue during construction of the proposed stormwater management improvements of the Upper ` Gordon River. tlVb 11VttK I NU Affirmative Action Employer _ z 0 m < \� � < � LL e z 0 m < \\ _ < � LL n z 0 m < §� 5 < � LL ) / ° 2 7 \ \ 7 Lo w § § @ \ \ \ \ G \ § \ \ @ \ \ 4 \ \ G - ( \ n IT © ? / E } - = / ) § i u ® » ) \ \ ` § ) ) ± 2 2 k } 0- / § co o ) e { LL/ \ } % k a : c E m _ = S E \ � / \ : k % & ] 2 § E 2 $ f c . « "\ c 2 Jƒ / \ ] - ) k k k .2 f \ E ] D ƒ ) / \ k 0 % f ' 2 - E ] , G } 3 E t ° ° % / ° m 4 @ / E \ 7 § e » \ 2 = - z 7 k 2 § / [ = g . ) 2 = [ , ; § § / ƒ E % @ _ / a) ` ° E /) ) E a E g / a 2 } . e = { \ ƒ { 7 f k \ S r \ 8 a \ i ) ® \ \ G ) % § ) \ ) ) § 3 u / 3 / \ m 0#§ o I n m e/ u e o 6 e 7 m± E§ / LU 7 // B z cn a LL o v /a / \ /j Project scheduling is critical to successful operations and requires considerable flexibility. We will APPROACH TO MANAGING coordinate with you on initial scheduling to identify the milestones necessary for successful project TIME AND COST completion. Deliverables will be clearly identified on the project schedule for tracking purposes. With the completion of your conceptual watershed modeling in the 2018 Gordon River Improvements Master Plan, most of the heavy modeling legwork is complete. Our approach to the hydrologic and hydraulic modeling of the final design will be to clip out the model boundary conditions from the report so that we are not remodeling the entire watershed with each tweak in the design. We found that to be a successful approach recently when designing Weir 29 for the City of Cape Coral. A prior consultant had modeled the entire watershed for the city using a dynamic, two-dimensional, multivariate model and identified the need for a new weir. A follow up consultant conceptually designed the weir and permitted the project through SFWMD. After we were the selected consultant for development of the construction plans, we found that the downstream culverts underthe roadway were controlling the flow and, therefore, the weir length could be considerably shortened without negatively impacting the project. vve were able to pull the boundary conditions from the prior model and input them into a much simpler static, one-dimensional model to fine- tune the smaller weir design. This simpler modeling approach and smaller weir design resulted in considerable cost savings for the City in both consulting fees and construction costs. Something we have had on our radar and are following closely is Florida's assumption of authority to issue federal dredge and fill "Section 404" permits for "non -navigable" jurisdictional waters. According to the latest FDEP mapping shown here, the project area is upstream ofthe areas being retained by USAGE, and Section 404 permitting will be under FDEP's jurisdiction. This is one of those large permitting shifts that only occur a few times in one's career, and there will likely be hiccups with the first few permit applications early in the transition as all parties settle into their new roles. The timing of your project is good in that by the time we are ready to submit, many of the kinks will have been worked out by other applicants. Local governments are often able to "piggyback" contracts across procurement departments to save time and administrative costs. A potential exists here to piggyback Lee County's contracting of exotic vegetation removal within their primary waterways. This is a task that can be performed either at the same time or earlier than the proposed weir and channel improvement project. If performed ahead of the selected contractors bid submittal, the exotic vegetation clearing will likely also result in reduced clearing and grubbing expenses of the main contract. Section 404 permitting (historically through the U.S. Army Corps of Engineers) is typically one of the longest tasks on the project's critical path schedule. The schedule enclosed with this submittal shows that the longer timeframe puts the start of construction near the middle of the 2023 dry season, which means the construction will continue into the wet season. As early as possible, our team will first strive to identify the type of permit required (exempt, Nationwide, Individual, etc.) and then submit the application immediately after the project's design is ready for permitting. We don't need to know every design detail to submit the permit application, but only the major ones. Ideally, the Section 404 permitting will take less time than shown on the schedule, which will allow for more work to occur during the dry months. Alternatively, if the grant funding deadlines can be easily extended, it may make sense to delay the construction bid announcement by a few months so that most of the work can occur during the dry months and the contractor will have less concerns about construction activities conflicting with major storm events. LNU I NIZLK I NU Affirmative Action Employer Bt8 MASTER FLAN ENT DISTRI WATER MA THEECOCOHATCHEE NO.7 INCLUDING AND CORDON RIVER BASINS U COLLIER COUNTY, FLORIDA mE GCKE�Row Ago Eas 975141,152 Coordination with FEMA will also have time implications for this project. FEMA has smart, dedicated staff, but they must work within the constraints and additional rules and requirements of federal grant -funded projects. We have teamed with Tomasello Consulting Engineers to help prepare a Benefit Cost Analysis (BCA) using the FEMA BCA Version 6 Toolkit.The cost estimates will be prepared using Federal standard equipment and labor rates which will be compared to the economic loss function within the drainage basis. The economic loss function will require model results from the hydrologic model developed as part of the Hydrologic and Hydraulic study be used as input. The results will be submitted to FEMA for their review and consensus Myriad options are available when designing channel bank reinforcement, each with their own advantages and disadvantages. As discussed in the 2018 Gordon River Improvements Master Plan, the existing channel width is relatively narrow for the flow that it conveys and there is limited width for expansion and a maintenance path. This eliminates the ability to use a gentle grassed slope. At the other end of the cost spectrum are vertical seawalls that can withstand strong wave action and high channel velocities. The 2018 Master Plan showed existing and proposed velocities in Section B and the northern portion of Section C generally ranged two to four feet per second, which is far less than the upper design limit of steel sheet piling and low enough to allow for the consideration of less costly bank reinforcement options. Using Geoweb® in a stacked configuration is currently growing in popularity for lower velocity situations like this one due to its ability to achieve a near - vertical slope and aesthetic appeal. During one of our early design workshops with the County, we will discuss the advantages and disadvantages of these other bank reinforcement options, including ease of maintenance, cost, and aesthetic appeal, and potentially include design alternates on the plans to ensure we are installing the most economical option. Common Bank Reinforcement Options: Seawall (capped or uncapped) Natural vegetative: Slight to moderate reinforcement options Poured concrete or alternate (e.g. HydroTurf) Stacked Geoweb® with gravel or concrete fill Riprap Gabion basket To ensure time and budgets are spent wisely, good communication is the key to success. This is especially true on projects involving multiple disciplines, departments, and funding sources. Throughout the course of any task, the County staff will be kept apprised of the progress and copied on any correspondence. The County staff will always remain well informed, but we do not require hand - holding. The means of communication, be it telephone, e-mail, etc., is up to you. With our local office in Naples, we are minutes away and can be onsite at your offices or facilities whenever you need us. It is also important to maintain project documentation throughout the project. All project files, reports, plans, permits and correspondence are maintained for future reference purposes. Our electronic filing system allows for easy recovery and if desired, we can create a complete digital copy of the project files and provide them to you. As in life, what you want to do is not always what you can afford to do. With fixed budgets, it often becomes an effort aimed at maximizing return on the funds you do have while minimizing long term maintenance. From our experience, we have found that an iterative process is the most effective way of exploring different design options to arrive within your target budget. We start with a broad and encompassing concept that addresses all needs. Evaluating the cost of the "Cadillac" option, we then work backwards to arrive at a solution that balances risk with reward and falls within the allotted budget. The goal is identifying what you want and then determining what you need to make sure every expenditure sees its maximum rate of return. A key factor in planning and budgeting is the engineers construction cost estimation. With construction costs on the rise, it is imperative that project cost estimates be accurate. Our design staff closely monitors regional construction bids and frequently speaks with local contractors regarding trends in construction costs. While using this knowledge is a good place to begin, unique circumstances pecifc to each project must be considered. In working with a fixed budget, the reasons are )bvious: over -estimating may diminish improvement opportunities and under -estimating results n budget shortfalls. Constructability Review Another critical component of controlling costs is minimizing any surprises that may pop up during construction and lead to cost overruns. We do this through quality assurance/ quality control (QA/ QC) and constructability reviews throughout the design process. The stormwater QA/QC will be led by Andy Tilton, our water resources department head. Born and raised in Southwest Florida, Andy has a thorough understanding of the area and has a considerable amount of stormwater management system design and construction experience. its review will provide that "fresh set of eyes" to allow an objective review with no preconceived otions. Also assisting in the QA/QC, Vee Lofton will provide constructability reviews and jvice to the designers throughout the design process. With nearly 30 years of construction Dservation experience,Vee has seen a multitude of roadway and drainage operations over the ars. His construction experience also allows him to quickly identify potential sticking points ring construction and illuminate items in the plans and contract documents that the contractor iy use for potential claims. By identifying issues early on, we can rectify them before they ome problems and before they cost the County money. 4. RECENT, CURRENT, & PROJECTED WORKLOADS OF THE FIRM ENGINEERING FIRM WORKLOAD Johnson Engineering has provided consulting services to Southwest Florida since 1946. Our Naples office was established in 1991, providing 29 years of local service to the Collier County area. We have an outstanding reputation for designing reginal-scale stormwater management structures, delivering them both on time and within budget. We also understand the detailed needs and importance of working on grant -funded projects while the funds are available. The table below shows our most relevant projects, their value, and their percent of completion. As you can see, we have sufficient time to devote to your project. CONTRACT PROJECT COMPLETION City of Cape Coral - Weir 29 $ 165,500 53% Hendry County - FEMA $ 223,820 55% Fort Myers Country Club Renovation $799,000 100% City of Sanibel - Dunes Subdivision Weir Design $ 19,995 100% Southern Lee County Flood Mitigation Plan $ 301,600 100% Babcock Cunt' Lake Weir $ 41,900 100% City of Clewiston C21 Bridge $ 350,000 100% Charlotte County Storm Structures HAV 4.84 $ 93,620 100% Ford Street Canal Filter Marsh $ 121,530 100% The Brooks North Outfall Structure OS- I $ 324,295 100% ENGINEERING Affirmative Action Employer F i AVAILABILITY OF THE TEAM Erik Howard, PE, PSM Jared Brown, PE Jordan Varble, PE Andy Tilton, PE Rick Acosta, PE, CFM Kim Arnold, PG Mike Lohr, PSM Dana Hume, PE Laura DeJohn,AICP Laura Herrero, CSE Guy Adams, PSM Vee Lofton Wayne Wright, PE Jeff Nagle, RLA Richard Tomasello, PE Chris Murphy, PE Patricia Grunwald All key team members are committed to providing availability and are prepared to dedicate the necessary time and efforts to their respective tasks. With more than 120 employees in Southwest Florida and a wide range of services provided, we can offer our clients the comprehensive experience of a larger firm while still maintaining the flexibility and attention to client service of a smaller firm. It also allows us great flexibility to efficiently manage multiple task assignments or intensify efforts on a single task, as required. AVAILABLE FOR THIS • COMMITTED TO OTHER • AVAILABLE FOR OTHER PROJECT PROJECTS FUTURE POTENTIAL PROJECTS tlVb 11VttK I NU Affirmative Action Employer 5. FORMS ENGINEERING collier C01414ty Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: General Bid Instructions has been acknowledged and accepted. �] Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. �f Form 1: Vendor Declaration Statement [f Form 2: Conflict of Interest Certification [f Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [� Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposalibid. 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. FeFm 4! CeFtifiea4ien fer- Claiming Status as a Leeal Business, ffi2RRRtft!LW, has been exeeiited and retffaed. Cellier- or - Lee Ceuft�y Business Tax Reeeipt should be a#aehed with yetff stibfflWal to be eeiisider-ed. �] Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal, id applicable to the solicitation. [� Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. All forms must be executed, or you MAY be DEEMED NON -RESPONSIVE. [�f 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. �f The Bid Schedule has been completed and attached with your submittal, applicable to bids. �] Copies of all requested licenses and/or certifications to complete the requirements of the project. �] All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. �] Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARY 28, 2020*** Collier County 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 I S day of January 2021 in the County of Lee , in the State of Florida Firm's Legal Name: Johnson Engineering, Inc. Address: 2122 Johnson Street City, State, Zip Code: Fort Myers, FL 33901 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: 32277 59-1 173834 4R4K3 (239) 334-0046 (239) 334-3661 Michael Dickey, PE Vice President Additional Contact Information Send payments to: Johnson Engineering, Inc. (required if different from Company name used as payee above) Contact name: Mercedes Niles Title: Accounts Receivable Address: 2122 Johnson Street City, State, ZIP Fort Myers, FL 33901 Telephone: (239) 334-0046 (239) 334-366 1 Email: acoav(a-)iohnsonenL,.com Office servicing Collier (same as above) County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email co ter comty Administrative Serkm Depatrent 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 oftheir 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. Johnson Enghwering, Inc. Company "dame Signature Michael Dickey, PE,Vice President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of R physical presence or ❑ online notarization, this 15 day of January (month), 2021 (year), by Michael Dickey, PE. (name of person acknowledging). BRI EY WILT NOTARY PUBLIC - - — STATE OF FLORIDA (Signature of Not4y Public - State of Florida) NO. GG 313123 WCOMMISSION EXPIRES AUG.01, 2022 Personally Known R Produced Identification (Print, Type, or Stamp Commissioned Name of Notary Public) Type of Identification Produced 2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# 322710 Entity Name: JOHNSON ENGINEERING, INC. Current Principal Place of Business: 2122 JOHNSON STREET FORT MYERS, FL 33901 Current Mailing Address: PO BOX 1550 FORT MYERS, FL 33902 FEI Number: 59-1173834 Name and Address of Current Registered Agent: HOWARD, LONNIE V 2122 JOHNSON ST FT MYERS, FL 33901 US FILED Apr 13, 2020 Secretary of State 664027728OCC 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 Date Officer/Director Detail : Title PRESIDENT, DIRECTOR Name HOWARD, LONNIE V Address 1092 PARK DRIVE City -State -Zip: LABELLE FL 33935 Title VP, DIRECTOR Name HOWARD, MATTHEW M Address 375 POLLYWOG POINT City -State -Zip: LABELLE FL 33935 Title CHAIRMAN Title VP Name WINTER, KEVIN M Name NAGLE, JEFFREY D Address 7270 SWAN LAKE DRIVE Address 3547 CHERRY BLOSSOM CT, UNIT 201 City -State -Zip: FORT MYERS FL 33919 City -State -Zip: ESTERO FL 33928 Title DIRECTOR Name HUME, DANA L Address 5720 GRILLET PLACE City -State -Zip: FORT MYERS FL 33919 Title SECRETARY, TREASURER, DIRECTOR Name ARNOLD, KIMBERLY K. Address 1437 CAYWOOD CIRCLE N City -State -Zip: LEHIGH ACRES FL 33936 Title DIRECTOR Name TILTON, ANDREW D Title VP Address 18810 SERENOA COURT Name DICKEY, MICHAEL S City -State -Zip: ALVA FL 33920 Address 17060 SHADY GROVE LANE City -State -Zip: CAPE CORAL FL 33909 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am 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: LONNIE V. HOWARD PRESIDENT 04/13/2020 Electronic Signature of Signing Officer/Director Detail Date coer c014.nty Administrative Services Department 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 (Lttps://www.e-verijygov/), 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 (S) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) 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. Johnson Engineering, Inc. ompa y Name Signature Michael Dickey, PE,Vice President Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of IC physical presence or ❑ online notarization, this 15 day of January (month), _ 2021 (year), by _ Michael Dickey, PE. (name of person acknowledging). BRITTNEY WILT NOTARY PUBLICAa STATE FLORIDA (Signature of Nota blic - State of NO. GG 31312313123 Florida) W COMMISSION EXPIRES AUG. 01, 2022 (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known R Produced Identification Type of Identification Produced F.-Vedfy------- Company ID Number: 46959 Client Company ID Number: 345924 hat they re The individuals on behalf of the Employer,, trepresent taauthorized to enter into he DesignatedAgentand DHSrespectively this If you have any questions, contact E-Verify at 1-888-464-4218. Approved by: Employer JOHNSON ENGINEERING INC. Na ease Type or Print Signature Designated Agent Absolute Back round Search Inc. Cooley S Michael - - Name (Please Type or Print) Electronicall Sinned Signature Name (Please Type or Print) Title Z ZO1 Date E-Ver; fy ---" 11 Company ID Number: 46959/Ip� Client Company ID Number: 345924 Company Nlame:JOHNSON ENGINEERING, INC. Company Facility Address:21_22 JOHNSON ST FORT !?!", FL 33902 County or Parlsh:LEE gnature ___- Employer Identification Number:591173834 North American Industry Classification Systems Code:541 Information Require For the E-Verify Designated Agent Progra Parent company: Information relating to your Company: Number of Employees: 10o to 41g page 14 of 15 1 E-Verify MOD for Employer (Client) using a Designated Agent I Rewslon Date www.dhs.govlE-Verify EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES FEDERAL EMERGENCY MANAGEMENT AGENCY HAZARD MITIGATION GRANT PROGRAM (HMGP) CFDA 97.039 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. This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. Pursuant uniform requirements of federal awards (2 CFR Part 200.23) the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. Compliance with Federal Law, Regulations and Executive Orders: The Sub -Recipient (County) agrees to include in the subcontract that (i) the subcontractor is bound by the terms of the Federally -Funded Subaward and Grant Agreement, (ii) the subcontractor is bound by all applicable state and Federal laws and regulations, and (iii) the subcontractor shall hold the Division and Sub -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. Specifically, the Contractor shall be responsible for being knowledgeable and performing any and all services under this contract in accordance with the following governing regulations along with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. The Hazard Mitigation Grant Program (HMGP) is generally governed by the following statutes and regulations: 0 2 C.F.R. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 0 44 C.F.R. Parts 7, 9,10,13,14,17,18, 25, 206, 220, and 221, and any other applicable FEMA policy memoranda and guidance document; 0 The Robert T. Stafford Disaster Relief and Emergency Assistance Act 0 State of Florida Administrative Plan for the Hazard Mitigation Grant Program EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES Access to Records: (1) The contractor agrees to provide the County, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the County and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. Changes: To be eligible for FEMA assistance under the non -Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. No 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. Program Fraud and False or Fraudulent Statements or 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. Administrative, Contractual, or Legal Remedies (over $250,000): 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. Termination: See Standard Purchase Order and/or Contract Terms and Conditions Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708) (over $100,000): Where applicable, all contracts awarded by the solicitor in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). (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 paragraph (1) of this section the contractor and any subcontractor responsible therefor 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 paragraph (1) of this section, in the sum of $27 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 paragraph (1) of this section. EXHIBIT I - 2 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES (3) Withholding for unpaid wages and liquidated damages. The County or FEMA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and 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 paragraphs (1) through (4) of this section." Rights to Inventions Made Under a Contract or Agreement: Exempt from FEMA Public Assistance Funding. Clean Air Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (over $150,000): 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Suspension and Debarment: (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 transaction 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 County, 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. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended) (over $100,000): Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any EXHIBIT I - 3 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES lobbying with non -Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient." Procurement of Recovered Materials (§200.322) (Over $10,000): 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— a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program 3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms §200.321 (a) The Solicitor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used whenever possible. (b) Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (1) through (5) of this section. STATE PROVISIONS Convicted Vendor and Discriminatory Vendors List: Those who have been placed on the convicted vendor list following a conviction for a public entity crime or 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 a public entity, and may not transact business with any public entity in excess of $25,000.00 for a period of 36 months from the date of being placed on the convicted vendor list or on the discriminatory vendor list. Energy Efficiency Standards: The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201). Immigration and Nationality Act: The State of Florida will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. The Division shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. EXHIBIT I - 4 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES 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. Lobbying: No funds received pursuant to this Agreement may be expended for lobbying the Legislature, the judicial branch or any state agency. Public Records: The mere receipt of public funds by a private entity, standing alone, is insufficient to bring that entity within the ambit of the public record requirements. However, when a public entity delegates a public function to a private entity, the records generated by the private entity's performance of that duty become public records. Thus, the nature and scope of the services provided by a private entity determine whether that entity is acting on behalf of a public agency and is therefore subject to the requirements of Florida's Public Records Law. Record Retention: The contractor shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, FDEM, or its designee's access to such records upon request. EXHIBIT I - 5 Collier County EXHIBIT 1.13 FEDERAL CONTRACT PROVISIONS AND ASSURANCES Acknowledgement of Terms, Conditions, and Grant Clauses Solicitation 20-7818 Certification 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. On behalf of my firm, I acknowledge, the grant requirements identified in this document. Vendor/Contractor Name Johnson Engineering, Inc. Date 1 / 15/2021 Authorized Signature Michael Dickey, PE,Vice Presid EXHIBIT I.B -1 12/4/2020 10:22 AM p 212 Collier County Solicitation 20-7818 COLLIER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverifable statuses will require the Vendor/Prime Contractor to either provide a revised statement or provide source documentation that validates a status. Contractor means an entity that receives a contract. A. VENDOR/PRIME CONTRACTOR INFORMATION PRIME NAME PRIME FEID NUMBER CONTRACT DOLLAR AMOUNT Johnson Engineering, Inc. 59-1 173834 IS THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN? Y © IS THE ACTIVITY OF THIS CONTRACT, MINORITY OR WOMEN BUSINESS ENTERPRISE (DBE/MBE/WBE)? OR HAVE A SMALL DISADVANTAGED DBE? Y 0 CONSTRUCTION? Y N BUSINESS BA CERTIFICATION FROM THE SMALL BUSINESS MBE? Y NO CONSULTATION? OY N ADMINISTRATION? ORA SERVICE DISABLED VETERAN? WBE? Y ® OTHER? Y NO SOB 8A? Y NQ IS THIS SUBMISSION A REVISION? Y 0 IF YES, REVISION NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY, WOMEN -OWNED, SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN, PRIME IS TO COMPLETE THIS NEXT SECTION DBE, MBE, WBE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE PERCENT OF CONTRACT VET, SIM NAME SPECIALTY (See Below) DOLLARS WBE Cella Molnar & Associates Public Relation NMW 3% WBE Archaeological Consultant Archaeological NMW 3% TOTALS: 6 C. SECTION TO BE COMPLETE BY PRIME VENDOR/CONTRACTOR NAME OF SUBMITTER DATE TITLE OF SUBMITTER Michael Dickey, PE 1/15/2021 Vice President EMAIL ADDRESS OF PRIME (S I R) TELEPHONE NUMBER FAX NUMBER mdickey@iohnsoneng.com 239 461-2455 239 334-3661 NOTE: This information is used to track and report anticipated DBE or MBE participation in federally -funded contracts. The anticipated DBE or MBE amount is voluntary and will not become part of the contractual terms. This form must be submitted at time of response to a solicitation. If and when awarded a County contract, the prime will be asked to update the information for the grant compliance files. ETHNICITY CODE Black American BA Hispanic American HA Native American NA Subcont. Asian American SAA Asian -Pacific American APA Non -Minority Women NMW Other: not of any other group listed O D. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME I COLLIER CONTRACT#IIFB/RFPorPO/REQ) F GRANT PROGRAM/CONTRACT (ACCEPTED BY: I DATE 1214/2020 10:22 AM EXHIBIT I.B-2 p. 213 Attachment H Subcontractor Covered Transactions (1) The prospective subcontractor, Johnson Engineering, Inc. of the Sub -Recipient 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 Sub -Recipient's subcontractor is unable to certify to the above statement, the prospective subcontractor shall attach an explanation to this form. SUBCONTRACTOR Johnson Engineering, In By: )'�,z Signature Michael Dickey, PE, Vice President Name and Title _ 2122 Johnson Street, Street Address Fort Myers, FL 33901 City, State, Zip 1/15/2021 Date 50 EXHIBIT 1.13 - 3 Collier County Sub -Recipient's Name H04S9 DEM Contract Number 4337-379-R FEMA project Number /4/2020 10:22 AM P. 214 Collier County Solicitation 20-7818 EXHIBIT I FEDERAL CONTRACT PROVISIONS AND ASSURANCES LOBBYING CERTIFICATION (To be submitted with each bid or offer exceeding $100 000) The undersigned [Contractor) certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. Johnson Ll Contractor 1Firm N Signature of gofitl-actor'S Authorized Official Michael Dickey, PE,Vice President Name and Title of Contractor's Authorized Official 1 / 15/2021 Date EXHIBIT 1.6 - 4 W_9 Request for Taxpayer Give Form to Form (Rev. October2018) Identification Number and Certification the requester. Do not Department of the Treasury send to the IRS. Internal Revenue Service ► Go to wwwJmgov1FonnW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Johnson Engineering Inc. 2 Business nameldisregarded entity name, if different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to m following seven boxes. certain entities, not individuals; see a o ❑ C Corporation ❑ IndividuaVsole proprietor or poration 0 S Corporation El ❑ TrusUestate instructions on page 3 fA single member LLC Exempt payee code If any) ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► `0 2 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 as single -member LLC that is disregarded from the the LLC is Exemption from FATCA reporting 'C classified a owner unless owner of the another LLC that is not disregarded from the owner for U.S. federal tax Otherwise, LLC that code (if an ( y) a purposes. a single -member is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see Instructions) ► (arwnesto-tsff&n mdoLeaetheus) y 5 Address (number, street, and apt, or suite no.) See instructions. Requester's name and address (optional) 2122 Johnson Street 6 City, state, and ZIP code Fort Myers, FL 33901 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid I Social security number _ 11:1 _ backup withholding. For individuals, this is generally your social security number (SSN). However, fora 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 vet a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. 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 r For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of s cured property, cancel ur t of deb contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and cjW1UbgidsVyou are not required to j the ce ification, but you must provide your correct 11N. See the instructions for Part II, later. Here 1 u.s. 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.1rs.gov1FormlN9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► V t I I I d I CA_)d • Form 1099-DIV (dividends, including hose from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W--9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Collier County Solicitation 20-7818 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. ® Worker's Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers' Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexgmpt/ 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 $ 1,000,000single limit per occurrence, $2,000,000 aggregate for Bodily ISO form Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the ContractorNendor in the performance of this Agreement. 5. ® Automobile Liability $_500,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. ® Other insurance as noted: ❑ Watercraft $ Per Occurrence ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $ 1,000,000_ Per claim & in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence ❑ Cyber Liability $ Per Occurrence ❑ Technology Errors & Omissions $ Per Occurrence 7. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 12/4/2020 10:22 AM p. 216 Collier County Solicitation 20-7818 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 prgjcet 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. 10/1/20 - 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 Johnson En ine ' , Inc. Date 1/15/2021 Vendor Signature Print Name Mi ael Dickey, PE Insurance Agency BKS - Partners Agent Name Todd Speas Telephone Number (239) 931-5600 12/4/2020 10:22 AM p. 217 A� �® CERTIFICATE OF LIABILITY INSURANCE E (MMIDDIYYYY) 71/15/2021 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 CONTACTNAME, YarltZa SOYO BKS Partners P.O. Box 60043 FAX PHONE Alc No Ext: 239-931-3021 A/c No:239-931-5604 ADDRESS; yaritza.soto@bks-partners.com Fort Myers FL 33906-6043 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: American Cas Cc of Reading PA 20427 INSURED JOHNS05 INSURER B : Continental Insurance Company 35289 Johnson Engineering, Inc. PO Box 2112 INSURERC: Valley Fore Insurance Co. 20508 INSURERD: Continental Casualty Company 20443 Fort Myers FL 33902-2112 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:1895813117 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 POLICYNUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS A X COMMERCIALGENERALLIABILITY CLAIMS -MADE � OCCUR Y 4027219232 9/15/2020 9/15/2021 EACH OCCURRENCE $1,000,000 DAMAGE TO PREM SES a oNccurrDence $ 100,000 MED EXP (Any one person) $ 15,000 X GEN'L XCU PERSONAL & ADV INJURY $ 1,000,000 AGGREGATE LIMIT APPLIES PER: POLICY JECOT- LOC OTHER: GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ D AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIREDX NON -OWNED AUTOS ONLY AUTOS ONLY 1XX 5084100207 9/15/2020 9/15/2021 COMBINED SINGLE LIMIT Ea accident $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE$ Per accidentpip PIP $ 10,000 B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 4034928401 9/15/2020 9/15/2021 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DIED I X RETENTION $ in nnn $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC434939852 9/24/2020 9/24/2021 PER OTH- X I STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) PROJECT: Collier County Design Services for Upper Gordon River Improvements, RPS No. 20-7818. Collier County Board of County Commissioners is included as additional insured with respect to general liability on a primary and noncontributory basis, as per endorsement CNA75079XX. 30 days notice of cancellation applies except 10 days for nonpayment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Collier County Board of County Commissioners 3295 Tamiami Trail East, Bldg. C-2 Naples FL 34112 AUTHORIZED REPRESENTATIVE p � © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD JOHNENG-01 BBROWN ACORO`° CERTIFICATE OF LIABILITY INSURANCE DAT/15/2 02DIY 1 15/21 1 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 CONTACT NAME: JCJ Insurance Agency, LLC PHONE FAX 2208 Hillcrest Street (A/C, No, Ext): (321) 445-1117 (A/C, No):(321) 445-1076 Orlando, FL 32803 ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURER A: Berkley Insurance Company 32603 INSURED INSURER B : Johnson Engineering, Inc. INSURERC: 2122 Johnson St. INSURER D: Fort Myers, FL 33901 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM DD LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any oneperson) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICYFI JECOT- LOC PRODUCTS - COMP/OP AGG $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ BODILY INJURY Perperson) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ PROPERTY DAMAGE Per accident $ HIRED F NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN N PER OTH- TAT TE ER PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED?ANY ❑ N / A E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ A Professional Liab AEC-9039448-05 9/15/2020 9/15/2021 Per Claim 2,000,000 A Pollution Liab AEC-9039448-05 9/15/2020 9/15/2021 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Collier County Design Services for Upper Gordon River Improvements, RPS No. 20-7818. 30 Day Notice of Cancellation, except for 10 days for non-payment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Collier Count Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 AUTHORIZED REPRESENTATIVE Ak;�_/_ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Com-ler County Adminstrative Services Division Procurement Services Date: 12/30/2020 Email: Patrick.Boyle(ii.,colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 1 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 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. Extended Bid Open Date to January 151h 2021 at 3:O0pm. If you require additional information, please post a question on our Bid Sync (www.bidsynp.com) bidding platform under the solicitation for this project. Please sign below an"urn a copy of this Addendum with your submittal for the above rnfornnnn�i rnlinitnl�lI n M 1 / 15/2021 (Signature) f Date l Johnson Engineering, Inc. (Name of Firm) Coder County Administrative Services Dvision Procurement Services Date: 12/30/2020 Email: Patrick.Boyle(i colliercountyfl.gov Telephone: (239) 252 - 8941 Addendum 2 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 2 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. Extended Question and Answers section to January 812021 at 5:00pm If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and ret a copy of this Addendum with your submittal for the above referenced solicitation. i Michael Dickey, PE (Signature) Johnson Engineering, Inc. (Name of Firm) 1 / 15/2021 Date Collier Countu BUSINESS & PROFESSIONAL LICENSES State of Florida Department of State I Idity Rom the mcorde fU.. o1Rce Na IOBNSON ENOINEERINO. INC. ie acapowim mgmd<ed maim 0u Isa gfUlo Sae gfFlodde, filed on Na.xmbm 3. 1%>. The d«Ivnm mm�beraf INa rorpamdania 322910. IfBG1K fE"Raid,.gRxa. ba paid ell Rev dire Blie-ii, I..gh D«ember.31, 2019, Ra its m,za rccemminuet rePnNlmiYorm In�ainecc meat Fva filed on Alml 1, 2019, mid Uve iu seta ie aNve. I AAUR, enify ILN said c,vyrtaumr ha nvl filed ArOdea ofD ii-i— w fsea'm. 12umw „ 9 THE AMERICAN INSTITUTE OF CERTIFIED PLANNERS LAURA KATHARINE SPURGEON H.gq.e RKI ue Membff —h ell b ,fi,z of a Q,,ifiN Phi., and Gi pornibiliry m the AICP Cade of E[hia and PPPIio Cu,d«r. MembenhiP Qrtifiatt Number 016747 7RIY L, 2BD1 ® ^°AUModzed GOP�erewl am ��ax K. m�el� .xa..��eaa. >mn,�mGaNR��di�j�r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS ADTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES JOHNSON ENGINEERING INC ro sox 1ssD FORT MYERB fL 33902 L LCENBE NUMBER. G642 EXPIRATION DATE FEBRLIAAY20.2021 nlw,n e4rylkeme:mi�m, r wuaLcax.rem � ❑ m> DIh IFYavr Da,mrnttmmH a«ammrcln anvro,m. Nen«.ttbunlax04KKam'ane mnerrNntlmlkeneee rove Mh d«umenL 1p STATE OF FLORIDA FBPE BOARD OF PROFESSIONAL ENGINEERS T AL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HOWARD, ERIK LEE 9293 SW PICKENS AVENUE FORTOGDEN FL M4 .'.L. NUMBER:PE66574I O❑ Ow ' mis lzy4urlttsv.n EXMRABONDATE: FEBRUARY2&2021 AAwYr.edrylkemnmllrem MyRodaaUrense.cwn oo «r.lr.r a.:e«eme�Lm.mm,m. lzunBy.4allo a„ya,eanerwnnleli zzerouseulizdmmenr. o�IS4�90 P ��e �• y'1a 1021 Profaeeional Surveyor and Mapper Lioanaa uMer Fm ,mm NCnpv4n,FbWaswuiea GUT PEal, ADAMS NAPr4w.FL 3,IR.14D n W"", STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE NAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES VARBLE, JORDAN LEVI PO`FORTM — 1ssFL 33902 LICENSENUMBER: PE814� MvEX emyx,en DATE, EBRU � K2msemuml UNITED STATES OF aREMOTE PILOT��pmM r "M-2021 LEE COUNTY LOCAL BUSINESS TAX RECEIPT AeeavM Number: 1006136 1P®era�L M Ri—: $ EAR _ 30. ton ET FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS T PROFESSIONALENGINEERHEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES BROW1N,,= ROY NAIL. 1 THFL34111— CLIC_ ENSE NUMBER: PE60024 DINRITION DATE: FEBRUARY 28, 1021 AMas.e,Rv Ikm:e: mere a, myF w,Hairm,e.,mi pao D�,�I,Ramed«emenllxaxYro�. o TN n a k, .R,ee4 , , «a4 N 4N „„ BNnre roercmEd«eroML FBPE STATE OF FLORIDA� BOARD OF PROFESSIONAL ENGINEERS T SIICENSED UNDERTHE EPROVISIONS OF CHAPTER 4)1'FLORICA STATUTES ACOSTA, RICARDO 4160 CASTIUA CIRCLE k203 FORT MYERS FL 33916 LICENSE NUMBER: PiIXFlRATIO. DATE: FEBRUARY 11.1031 aw II verily Ikmsss mlire m MyFbrtlalremeam o. o O' F TNFbYa,r4mm.IL huNaM4branRYareotlnBunMero�emxrouatldFeaLNmmL I Prof aioaal Su d Mapper License Umer pro ,s,om CnePm 4n. Floedn sw,.m. fiRIR LEE BOWARO ro OGR roRTDDOBN. FL .L%TO2BF cDMMIselwmloFnGRIaaTBRB I55�16 3en Am WoahgTpaaaaeDAxm Enpi,a0«LYn 6muy28.2021 Profa••ioa•1 BMrv•yor and MM.ppSarr L10•ns• Uneu depmvlsbso CTOPlu412. PI,' MICRARILLL CgBt .APE�DRwa IeHa.wp.,m�larApk.Iv.. &zYtbe ucEa..km rvo.: 16642 E�pimli«Dale Frbrumy 20, 2021 Profaeeional Surveyor and Mapper Bueinaee Linen•• Dmee ePa,Ra4.1OK-4T2.1--l...,.. JOBNBGN ENGO F.ER1Aii 1.T.YBONB I= FOR MYER5, PL33M1JCE6 rdl Countq 111111110 I X== �S 7 Ra.yB.��aamd;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 WRIGHT, WAYNE W. _I 1.61 HIDDEN PINES LANE BONITASPRINGS FL U235 CUCENSE NUMBER: PE582M EX RATIONDATE FEBRUARY28,2021 AN,ms venN lkenKz onlireaL MyDonALkenaecan o bo n _.. DR,WLaR«NN eommKnLWam FOR,. ..,�.„o. ___db r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE i RCHITECTHEREINHASREGISTEREOUNOERTHE HE PROVISIONSOF CHAPTER MI. FLORIDA STATUTES NAGLE, JEFFREY D OHN N FTREET FORT MYERS� LM20 r CENSENUMBEII:IA666>059 E%PIRATIDN OwTE: NOVEMElA 30, 2021 AMm KnM IkeKes «II«m MVFIoriAL,censs.can 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 TILTON, ANDREW DOUGLAS IM10SERENOACT ALVA FL L312— FNSENUMBER:PE33258 E%PIMTION DATE: FEBRUA1121,2121 AM'ns Katylkmses om,«vNVNo�ALemse.can Tnk .00 D��taR>asa«�menLlnamTa,n. NVOO,L«nK.IH:OnNRtOI W,anv«OONaNan tnelkenKe W,ReN1:a«a,«m1. R.,W�nvT�.,wrcdbor STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES KUEHN, JERRY HAROLD 4241 ARROW DRIVE SARASOTA FL34232 2515 LICENSE NUMBER: PE35557 DATE FEBRUARY 28. 2.1 3 Do not al[erNl:aOwmentNam Wlm. d_x,'�; y i.nee.lua Omavnm r«anroaeomO,tn.nmell«.HOOW „:e m�eao�„me�,. 4eSa The lEcologiwfSoclety ofAmerka �rheEwGgiraCSatieryafAmenea, ttfon reeommens tan f t6e BwnlfProferaiamlCmt+fuatimm, hereby —fisthat Law6xenero meets the reguvemenuasatmJv6 Seni"Ecokgict .d.gmv d6ythe Society's CA% fEtf. Cenod 6y tk'Emhrg—CSociery ofAmesva fmm June 1, 2RIS thmaghj. 30, 1023 cG. mrl lma+t F+a., cwwvr�w�'r�,n�la.� I V►M E qTie lEcoloy calSocwty ofAmenca awMMl91S 'Tile EwbgimlSoeieryPfAfS& a, u(.o4 reromm fig Aon fthe cBwrS fProfes>iorwlCerchmt oq fiereby urctfies that -g• Gary xychyk meek t6eregai aArtf.d EGOIOgt t ..dIugo¢ d6ythe S« ty'sCAdfEthia. Odrc QSby the EPdgwalSanety fAtnekaf— June ], 2020 thmyhyune 3U, 2025 In -o STATE OF FLORIDA R_­­Rdbpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS THE PROFESSIONAL GEOLOGIST HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 492, FLORIDA STATUTES ARNOLD, KIMBERLY KRISTINA JOHNSON ENGINEERING INC 2122 JOHNSON STREET FORT MYERS FL 33901 LICENSE NUMBER: PG2565 11. A ays KXINIPe„sesmmreaEMVBa e1Uce�Ose1 O. O Do na al W, Nla a«Omam I. any a,m. D.a Thi: zYa, litenze.It is uNavlul We amP thm ,than the li«ne«Wu this a«umenL _4R.P,aPR _NtHatTamdkpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 47I, FLORIDA STATUTES HUME, DANA LOUIS 5]2DGRILLETPLACE FORT MYERS FL S3919 LICENSE NUMBER PE-1 DATE: FEBRUARY1%= PeatyTco o. o a. 0 TNsrsrolclkera.118 AN,ays xsoNlrc at M WA,Uameam Donor NN, uR a«OmenHn anv Wm.. wlawlull«mryRne RNm Nan Nellremee Wiue Nls aocummt Collier Gountq 5. Forms Ift f&FBPE MWSTATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES MURPHY, CHRISTOPHER W. P O. BOX 691029 VERO BEACH FL 32969-1029 LICENSE NUMBER: PE54659 EXPIRATION DATE: FEBRUARY 28, 2021 o �o ._ O EN, 1, awanvvMllcemn a Nm. a nvflor�aal�rea:vrom Do �a aRerml:eowme�oma�y roan. R--Rls unlawrull«anYoneotner Man the Ranseerousemisa«UmenL db,pr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THEENCI EERINGSUNNESS HEREIN ISAUTHORRED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TOMASELLO CONSULTING ENGINEERS, INC. 06 CENTER STREET JUPITER FL 33458-3923 LICENSE NUMBER:_ EXPIRATION DATE: FEBRUARY 28, 2021 ANnra verM licenses anllm a� MyFlaaaaucrosemm o. o l7 rn�s �svWruanse.RReomwuoramoreao naMn nmeo mee to e:emiaa«�mem. MCGILL-1~Y, ROSS T (PNm Name) 10904 KEWANEE DRIVE TEMPLE TERRACE Florida 33617 HILLSBOROUGH .S�P,ree�re�ee dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS T ERING BUSINESS HEREI N ISAUTHOR¢EDUNDERTHE HE PROVISIONS OF CHAPTER ", FLORIOASTATUTES ARDAMAN & ASSOCIATES, INC. LICENSE NUMBER: CAS950 j Alvan EXPIRATION DATE FEBRUARY 26, 2021 name: oauee a MrFloamucemecom o. o oD TNa�,—R—..."I ala uNaaamaae«neat �e.ma— Pa,.a.�mma, RaNy��aReKrcerd�jar / STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS UCENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TOMASELLO, RICHARD S 5906 CENTER ST JUPITER FL334583913 L LICENSE NUMBER: PE15233� ATE: FERRUARY28.2021 Always PenNTre N De^ meal MyHonaaUcensecom o .�o TEM,y DP Rol alNrmfe aawmenlmamNrm. ClRense.IHs unlawfulforanyaneomer Ranmelicenee to usemha«umem. FBPE STATE OF FLORIDA PN&57Y>41.. BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES SOKOLIC, IVAN F. 9970 RU FORT MYE SVA AFL 33913 E LICENSE NUMBER: PE64114= EXPIRATION DATE: FEBRUARY 28.2021 AlwaysveriN licensesonllnea�MyFloaaaUcensecom o. o Do w1 Du Tms aromrRe�:e lL is um::'1f_PEN.,weu.nameemwwmMr- THE Register of Professional Archaeologists eemres mat Marion M. Aln8f, RPA Has met all professional qualifications and has bean accredited as a Registered Professional Archaeologist WX��>IYT lure �21999 r')''7ENGINEERING Opportunity/Affirmative Action Employer ��yjl� Woman Business Certification Cella Molnar & Associates, Inc. Is certified underthe provisions.f 287 and 295.187, Florida Statutes, for a period from: 09/09/2019 09/09/2021 !ERVICE�w r,..,.x. • .w,.aum b�� SERVICES Woman Business Certification Archaeological Consultants, Inc. Is certified underthe provisions of 287 and 295.187, Florida Statutes, for a period from: 10/21/2)019 10/21/2021 MANAGEMENT SEEEVICES� ���� DIVISION OF CORPORATIONS 1 t > ON rill ofJirhrl _itrrr_- uj I'b,rirlu ssebsitl Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation JOHNSON ENGINEERING, INC. Filing Information Document Number 322710 FEI/EIN Number 59-1173834 Date Filed 11/03/1967 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 03/05/2018 Event Effective Date NONE Principal Address 2122 JOHNSON STREET FORT MYERS, FL 33901 Changed: 03/17/2008 Mailing Address PO BOX 1550 FORT MYERS, FL 33902 Changed: 03/11 /2009 Registered Agent Name & Address HOWARD, LONNIE V 2122 JOHNSON ST FT MYERS, FL 33901 Name Changed: 03/08/2012 Address Changed: 03/17/2008 Officer/Director Detail Name & Address Title President, Director HOWARD, LONNIE V 1092 PARK DRIVE LABELLE, FL 33935 Title VP, Director Howard, Matthew M 375 Pollywog Point LABELLE, FL 33935 Title Chairman WINTER, KEVIN M 7270 SWAN LAKE DRIVE FORT MYERS, FL 33919 Title VP Nagle, Jeffrey D 3547 Cherry Blossom Ct, Unit 201 Estero, FL 33928 Title Director Hume, Dana L 5720 Grillet Place Fort Myers, FL 33919 Title Secretary, Treasurer, Director Arnold, Kimberly K. 1437 Caywood Circle N Lehigh Acres, FL 33936 Title Director Tilton, Andrew D 18810 Serenoa Court Alva, FL 33920 Title VP Dickey, Michael S 17060 Shady Grove Lane Cape Coral, FL 33909 Annual Reports Report Year Filed Date 2018 03/28/2018 2019 04/01/2019 2020 04/13/2020 Document Images 04/13/2020 -- ANNUAL REPORT 04/01/2019 -- ANNUAL REPORT View image in PDF format View image in PDF format 03/28/2018 -- ANNUAL REPORT 03/05/2018 -- Merger 03/17/2017 -- ANNUAL REPORT 03/28/2016 -- ANNUAL REPORT 03/11/2015 -- ANNUAL REPORT 03/10/2014 -- ANNUAL REPORT 03/18/2013 -- AMENDED ANNUAL REPORT 01/17/2013 -- ANNUAL REPORT 06/29/2012 -- ANNUAL REPORT 03/08/2012 -- ANNUAL REPORT 01/31/2011 --ANNUAL REPORT 03/09/2010 -- ANNUAL REPORT 03/11/2009 -- ANNUAL REPORT 03/17/2008 -- ANNUAL REPORT 03/13/2007 --ANNUAL REPORT 03/29/2006 -- ANNUAL REPORT 03/16/2005 -- ANNUAL REPORT 03/19/2004 -- ANNUAL REPORT 03/31/2003 -- ANNUAL REPORT 09/11 /2002 -- Amended and Restated Articles 03/31/2002 --ANNUAL REPORT 03/23/2001 --ANNUAL REPORT 03/15/2000 -- ANNUAL REPORT 03/01/1999 -- ANNUAL REPORT 02/09/1998 -- ANNUAL REPORT 03/19/1997 -- ANNUAL REPORT 02/01/1996 -- ANNUAL REPORT 02/03/1995 -- ANNUAL REPORT View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format FIIrida D�patn—t of St,a.e, Division & Corp, a I i ons