Requirements for Qualifications Package Submittals



Similar documents
FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

Issue Date: May 6, 2014

W. REYNOLDS ST. (SR 574) SEWER LINE REPLACEMENT BID NO Addendum 3a

SPECIFICATIONS FOR LAWN MAINTENANCE SERVICE FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 16-LMS


St. Andrews Public Service District

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

MIAMI-DADE COUNTY SINGLE EXECUTION AFFIDAVIT AND DECLARATION FORM Rev. November, 2014

REQUEST FOR QUALIFICATIONS PROPERTY APPRAISAL SERVICES. Prepared by. City of Richmond Finance Department. February 18, 2016 RESPONSES DUE:

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

INVITATION TO BID (ITB) ON FIRE ALARM SYSTEMS TROUBLE SHOOTING, REPAIR, INSPECTION AND CERTIFICATION FOR PENSACOLA JUNIOR COLLEGE

Section 1 General Description of Services

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

GENERAL CONDITIONS OF INVITATION TO BID GENERAL

CONTRACTOR QUALIFICATION FOR PORT OF MIAMI TUNNEL PROJECT RFP - DOT - 05/06-600IDS

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Request for Proposal RFP Group Health Insurance

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

COC-Insurance Requirements Page 1 of 9

RFP is located on the College s website:

CITY OF BONITA SPRINGS, FLORIDA RFP #

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

BOARD OF COUNTY COMMISSIONERS, WALTON COUNTY, FLORIDA. REQUEST FOR PROPOSAL For TELECOMMUNICATION AUDIT

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

REQUEST FOR PROPOSAL FOR CISCO VOIP TECHNICAL SUPPORT

State College of Florida, Manatee-Sarasota Request for Qualifications General Contractors RFQ #FAC

FIFTH JUDICIAL CIRCUIT OF FLORIDA SERVING CITRUS, HERNANDO, LAKE, MARION AND SUMTER COUNTIES STENOGRAPHIC COURT REPORTER AND TRANSCRIPTION SERVICES

Stephenson County, Illinois

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

CHAPTER 267. BE IT ENACTED by the Senate and General Assembly of the State of New Jersey:

5. Preparation of the State and Federal Single Audit Reports.

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

Air Conditioning Maintenance Services

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

RFQ REQUEST FOR QUALIFICATIONS. Architectural/Engineering Services. MENANDS SCHOOL DISTRICT 19 Wards Lane Menands, NY 12204

LIVINGSTON COUNTY MICHIGAN

Request for Proposal RFP # Printing & Mailing Services

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR QUALIFICATIONS FOR AN ARCHITECT FAMILIAR WITH COMMUNITY DEVELOPMENT BLOCK GRANT APPLICATIONS

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

Construction Management Services Delmar School District RFP No. DSD16001-CONSTR_MAN

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Request for Proposals for Upgraded or Replacement Phone System

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

State of Oklahoma COUNCIL ON LAW ENFORCEMENT EDUCATION AND TRAINING Private Security Licensing Division

TOWN OF SCITUATE MASSACHUSETTS

GREENBURGH CENTRAL SCHOOL DISTRICT No. 7 REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

INDEPENDENT CONTRACTORS AGREEMENT

Request for Proposals (RFP) Brokerage Services for Health Insurance and Employee Benefits

REQUEST FOR PROPOSAL FOR CALL CENTER SERVICES SECTION I

TOWN OF CANTON, CONNECTICUT REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING CONSULTANT SERVICES

CITY COLLEGE OF SAN FRANCISCO May 2008 PROJECT INSPECTION SERVICES

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Detroit Land Bank Authority. Request for Qualifications: As Needed Legal Services

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

UTAH COUNTY REQUEST FOR PROPOSALS FOR A PROVIDER OF SUBSTANCE ABUSE CASE MANAGEMENT SERVICES FOR THE UTAH COUNTY JUSTICE COURT

Submittal Guidelines RFQ Building 230 Remodel

CITY OF LEAWOOD. Independent Contractor Agreement

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

SHORT FORM CONTRACTOR RESPONSIBILITY DATA

BENTON COUNTY PERSONAL SERVICES CONTRACT

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

REQUEST FOR PROPOSALS For HEALTH INSURANCE BROKER SERVICES. FOR THE County of Baldwin, Alabama

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

VERMONT PUBLIC SERVICE DEPARTMENT REQUEST FOR PROPOSALS For Cable Television and Telecommunications Expert Services

THE PENNSYLVANIA CYBER CHARTER SCHOOL (Kindergarten through Twelfth Grade) REQUEST FOR PROPOSAL FOR TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

Borough of Jamesburg

REQUEST FOR PROPOSAL FINANCIAL ADVISING, AUDITING & COST ALLOCATION SERVICES

SERVICE PROVIDER AGREEMENT WITNESSETH. WHEREAS, the COUNTY desires to obtain the services of said PROVIDER as further described herein referred to as

N.I.C.E. COMMUNITY SCHOOL DISTRICT PRELIMINARY ARCHITECTURAL SERVICES REQUEST FOR PROPOSALS ("RFP")

INSURANCE REQUIREMENTS FOR VENDORS

ADDENDUM NO. 1 TO RFP : Locum Tenens Referrals

REQUEST FOR PROPOSAL FOR. Automated Accounts Payable Solution

Town of Montreat Buncombe County, North Carolina

PITTSBURG UNIFIED SCHOOL DISTRICT

Village of Nakusp RFQ Source Protection Plan

THE PENNSYLVANIA CYBER CHARTER SCHOOL (Kindergarten through Twelfth Grade) REQUEST FOR PROPOSAL FOR MARKETING/PUBLIC RELATIONS SERVICES

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

REQUEST FOR QUALIFICATIONS By Town of Apex, NC For Architectural Services For The Design of a Senior Services Facility

COUNTY OF NORTHAMPTON, PENNSYLVANIA REQUEST FOR PROPOSALS WORKERS COMPENSATION AND EMPLOYERS LIABILITY CLAIMS ADMINISTRATION SERVICES RFP #

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

REQUEST FOR QUALIFICATIONS/REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES Various Projects RFQ/RFP No

PROFESSIONAL ENGINEERING SERVICES FOR HURRICANE IRENE HAZARD MITIGATION GRANT PROGRAM (HMGP) FOR ELEVATION

REQUEST FOR PROPOSAL

UTAH COUNTY ANIMAL SHELTER REQUEST FOR PROPOSALS FOR VETERINARY SERVICES

Independent Contractor Agreement. Name of Contractor: Address: Social Security or Tax I.D. Number:

Transcription:

Florida Keys Aqueduct Authority 1100 Kennedy Drive Key West, Florida 33040 January 2015 Request for Qualifications FKAA-RFQ-0002-15 Hydrogeological Services Requirements for Qualifications Package Submittals

Florida Keys Aqueduct Authority Request for Qualifications: Hydrogeological Services Table of Contents Part I General Information A. Purpose B. Scope of Services C. Requirements of Consultants Part II Qualifications Package Due Date Part III Submission of Qualifications Package A. Incurred Expenses B. Interviews C. Qualifications Package Acknowledgement D. Request for Additional Information E. Signature Requirements F. Acceptance/Rejection/Modifications to Qualifications Package Part IV Information Required of Proposer Qualification Requirements A. Title Page B. Table of Contents C. Letter of Interest D. Section 1 Consultant s Team E. Section 2 Consulting Firm Experience F. Section 3 Office Location G. Section 4 References H. Section 5 Qualification Forms Part V Qualifications Package Evaluation and Review Procedure Part VI Questions Regarding the Qualifications Package Process Attachment A Qualification Forms and Insurance Requirements 2 P a g e

PART I GENERAL INFORMATION A. Purpose The Florida Keys Aqueduct Authority (FKAA) desires to retain professional Geologist and/or Engineering Consultant firm(s) to provide the scope of services described below. Selection of the Consulting firm(s) will be in accordance with Florida Statutes. This Qualifications Package provides guidelines for the submission of letters of interest and qualifications information in response to this Request for Qualifications (RFQ). B. Scope of Services FKAA is seeking professional consultant services including, but not necessarily limited to the following hydrogeologic matters: 1. Technical Studies (include field investigation reports, regulatory compliance reports, preliminary design reports, etc.) regarding: a. Biscayne and Floridian Aquifer conditions flows, quantity, impacts, assessments and water quality b. South Florida Water Management District (SFWMD) policy and regulatory impacts to FKAA water supply and operation. c. Future supply potential 2. Permit Application Preparation and Permitting Support (as required by regulatory agencies such as the Florida Department of Environmental Protection Department of Health and the SFWMD). 3. Data Compilation Review Analysis Groundwater Modeling and Assessment. 4. Design Plans and Technical Specifications. 5. Well Contractor Management and Observation. 6. Groundwater monitoring, Modeling and Testing. 7. Expert testimony. Anticipated Types of Projects: 1. Hydrogeologic Testing, Investigation, Modeling and Analysis Aquifer performance testing and technical report preparation Groundwater flow modeling and technical report preparation Solute transport modeling and technical report preparation Groundwater sampling for field testing and laboratory analysis Hydrogeologic data compilation, review, analysis, interpretation and reporting Exploratory drilling plan development, drilling contractor oversight, lithologic logging, completion report preparation Geophysical well logging plan development, logging contractor oversight, log interpretation and evaluation and technical report preparation. 2. Production Wells South Florida Water Management District (SFWMD) permit application, permit renewal application and supporting permitting evaluation preparation 3 P a g e

Groundwater flow and solute transport modeling, hydrogeologic data compilation, review and evaluation Production well design, field investigation, drilling contractor oversight and technical report preparation Production well monitoring network design, evaluation groundwater flow and solute transport modeling 3. Deep Injection Wells (DIW) FDEP UIC permit application permit renewal application and supporting permitting evaluation preparation Mechanical Integrity Testing (MIT) plan preparations, drilling contractor oversight, data compilation review and evaluation regulatory technical report preparation DIW design, injection zone field investigation and selection evaluation DIW modification and repair plan development and permit application preparation Drilling contractor oversight and completion report preparation 4. SFWMD Applications for water use permits or permit modifications 5. Review and Evaluation Review and evaluation of ongoing and proposed operations at FPL s Turnkey Point Power Plant This scope of services may be expanded at the discretion of FKAA to include other engineering consulting assignments throughout the Florida Keys. C. Requirements of Consultants Consulting firms interested in performing these services must exhibit considerable relevant experience with this type of work, and should emphasize both the experience and capability of particular personnel who will actually perform the work. Consulting firms should indicate any sub-consultants proposed to be utilized for the project. Consulting firms must be fully licensed for the type of work to be performed in the State of Florida at the time of RFQ receipt. Consulting firms that are not fully licensed and certified shall be rejected. Consulting firms shall carry and provide FKAA proof of General Liability, Professional Liability, and Workers Compensation Insurance (see limits in Attachment A). PART II QUALIFICATIONS PACKAGE DUE DATE Sealed Qualifications Package in five (5) complete copies must be received at the Florida Keys Aqueduct Authority no later than 4:30 p.m., local time, on Friday the 20th day of February, 2015. Consulting firms desiring to provide professional services for this project shall submit five (5) copies of a Letter of Interest and completed Qualifications Package addressed to: 4 P a g e

David Jackson, Procurement Manager Florida Keys Aqueduct Authority 7000 Front Street (Stock Island) Key West, Florida 33040 E-Mail: djackson@fkaa.com Please note: United State Postal Service does not deliver to the above address. You may use other mailing service (i.e. FedEx, UPS, etc.) Letter of Interest and Qualifications Package shall be sealed in envelopes plainly marked on the outside: Project Name: Florida Keys Aqueduct Authority Hydrogeological Services Qualifications Package Qualifications Package received by FKAA after the time specified for receipt will not be considered. Consulting firms shall assume full responsibility for timely delivery at the location designated for receipt of Qualifications Package. PART III SUBMISSION OF PROPOSAL A. Incurred Expenses FKAA is not responsible for any expenses which Consulting firms may incur preparing and submitting letters of interest and Qualifications Packages called for in this Request for Qualifications. B. Interviews FKAA reserves the right to conduct personal interviews or required presentations on all Consulting firms prior to selection. FKAA will not be liable for any costs incurred by the Consulting firms in connection with such interviews/presentations (i.e. travel, accommodations, etc.). C. Qualifications Package Acknowledgement By submitting a Qualifications Package, Consulting firms certify that they fully read and understand the qualifications instructions and have full knowledge of the scope, nature, and quality of work to be performed. D. Request for Additional Information Consulting firms shall furnish such additional information as FKAA may reasonably require. This includes information that indicates financial resources as well as ability to provide the services. FKAA reserves the right to make investigations of the qualifications of the Consulting firms as it deems appropriate. E. Signature Requirements Qualifications Package must be signed by duly authorized official(s) of the Consulting firms. Joint ventures or teams submitting Qualifications Package, although permitted, will not be 5 P a g e

considered responsive unless it is established that all contractual responsibility rests solely with one consulting firm or legal entity which shall not be a subsidiary or affiliate with limited resources. Each Qualifications Package shall indicate the entity responsible for execution on behalf of consulting firm. F. Acceptance/Rejection/Modifications to Qualifications Package FKAA reserves the right to negotiate modifications to Qualifications Package that it deems acceptable, reject any and all Qualifications Package, and to waive minor irregularities in the evaluation process. PART IV INFORMATION REQUIRED OF PROPOSER QUALIFICATION REQUIREMENTS In order to ensure a uniform review process and to obtain the maximum degree of comparability, it is required that the Qualifications Packages be organized in the manner specified. The Qualifications Package should be assembled in the order listed below and utilize the headings given. The Qualifications Package shall be bound no larger than a 1-inch three-ring binder with tabs separating the sections noted below. Qualifications Package submitted in notebooks larger than 1-inch or in any other type of binding will not be considered for evaluation. A. Title Page B. Table of Contents C. Letter of Interest Letter of Interest is limited to two pages and should include the name of the person(s) who will be authorized to make representations for the Consulting firms, their title(s), telephone number(s), and e-mail address. D. Section 1 Consultant s Team This section should identify the prime Consulting firm, subconsultants, project staffing plan, and brief resumes. An organization chart of the firm ma be included that identifies those individuals that will be most directly involved with FKAA projects. Identify the Project Manager that will be responsible for day-to-day communication and coordination with the FKAA. E. Section 2 Consulting Firms Experience Consulting firms should present recent (within the last 5 years), relative firm experience for the team and subconsultants that is most similar specifically to the projects summarized in the Scope of Services. F. Section 3 Office Location Descriptions of primary project office location, address, and phone numbers should include the team, firm, and all subconsultants. 6 P a g e

G. Section 4 References A list of client references should include name, address, telephone number, and contact person. H. Section 5 Qualification Forms Consulting firms must complete the Qualification Forms provided in Attachment A. The forms can be copied for typed information or reproduced in word processing format. Forms may be submitted in duplicate, as needed, to present all relevant information. This section should include Certificate of Insurance, Statement on Public Entity Crimes, applicable business and professional licenses and other information the Consulting firm considers pertinent for consideration. PART V PROPOSAL EVALUATION AND REVIEW PROCEDURE Consultants deemed to meet all minimum qualifications will be scored based upon established criteria below and will be assigned points that measure the responsiveness to each identified criterion. Firms achieving the most points will be selected by staff and recommended to the Board of Directors for negotiations and contract. FKAA reserves the right to invite firm(s) for interviews should the committee feel it is in the FKAA s best interest to do so. CRITERION 1: Experience in Hydrogeologic Testing, Investigation, Modeling and Analysis (Maximum Points: 20) In a concise statement describe your firm s experience and qualifications in the successful completion of Hydrogeologic Testing, Investigation, Modeling and Analysis projects and activities. Reference a minimum of five (5) projects where your firm has provided similar services within the past five (5) years. At least three (3) references should be a government entity. State whether firm currently provides services to FPL in any capacity. Project Reference information provided for each project should include: Project name, owner Contact name, phone number, and email address (ensure contact information is accurate and that contact has knowledge of the project) Costs Length of contract term, including start date and finish of project Summary of work performed, a short description of services performed CRITERION 2: Experience with Production Wells (Maximum Points: 20) In a concise statement describe your firm s experience, expertise and qualifications in the successful completion of Production Wells projects and activities. Reference a minimum of five (5) projects where 7 P a g e

your firm has provided similar services within the past 5 years. At least three (3) project references should be a government entity. Project Reference information provided for each project should include: Project name, owner Contact name, phone number, and email address (ensure contact information is accurate and that contract has knowledge of the project) Costs Length of contract term, including start date and finish of project Summary of work performed, a short description of services performed CRITERION 3: Experience with Deep Injection Wells (Maximum Points: 20) In a concise statement describe your firm s experience, expertise and qualifications in the successful completion of DIW projects and activities. Reference a minimum of 5 projects where your firm has provided similar services within the past 5 years. At least 3 project references should be a government entity. Project Reference information provided for each project should include: Project name owner Contact name, phone number, and email address (ensure contract information is accurate and that contact has knowledge of the project) Length of contract term, including start date and finish of project Summary of work performed a short description of services performed CRITERION 4: Key Personnel Qualifications and Experience (Maximum Points: 30) Provide an organizational chart of the proposed team, and the role to be played by each member of the proposed team. Provide similar project experience and qualifications for the Project Manager(s), Modelers, and Project Geologist(s) to be assigned. CRITERION 5: Location of Responsible Office (Maximum Points: 10) Information provided in criteria 7 will be verified and points assigned by Procurement Management. Selection is contingent upon the negotiation of a mutually acceptable contract with the most qualified Consulting firms. PART VI QUESTIONS REGARDING PROPOSAL PROCESS Inquiries regarding this RFQ should be directed to: David Jackson, Procurement Manager, in writing via email to djackson@fkaa.com. 8 P a g e

Requests for clarification will be received until seven (7) days prior to the submittal date. Interested Consulting firms may conduct self-guided site inspections prior to submitting a proposal. 9 P a g e

Attachment A Qualification Forms 10 P a g e

Florida Keys Aqueduct Authority Request for Qualifications Hydrogeologic Services A. General Information 1. Submitting Firm Name: 2. Type of Firm: Corporation Individual Other 3. If Corporation, complete the following: a. Date Incorporated: b. State Incorporated: c. Date Authorized in Florida: 1. President(s) Name and Office Phone Numbers (If outside of Florida, Regional Vice Presidents): 4. If Partnership, complete the following: a. Date Organized: b. Type: General Limited c. Name of Partners: 5. Secretary of State s Charter Number (attach copy): 6. Florida State Board of Professional Engineering and/or Geologist Business Registration Number: Date: (attach copy) 7. Federal Employer s Identification Number: 8. Do you carry Professional Liability Insurance? Yes No If yes, answer the following: a. Policy Number: b. Company Name: c. Amount of Limits: d. Expiration Date: 11 P a g e

SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to the (print name of the public entity) by (print individual s name and title) for (print name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ) 2. I understand that a public entity crime as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or materiel misrepresentation. 3. I understand that convicted or conviction as defined in Paragraph 287.133(1)(b), Florida Statutes, means finding of guilt of a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or in formation after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an affiliate as defined in Paragraph 287.133(1)(a), Florida Statutes means: A. A predecessor or successor of a person convicted of a public entity crime; or 12 P a g e

B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a person as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies). Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order). 13 P a g e

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Sworn to and subscribed before me this day of, 20 Personally known Or Produced Identification Notary Public State of My commission expires (Type of identification) (Printed, typed, or stamped commissioned name of notary public) 14 P a g e

FLORIDA KEYS AQUEDUCT AUTHORITY INDEMNITY, LIABILITY AND INSURANCE REQUIREMENTS INDEMNIFICATION AND HOLD HARMLESS The Consulting firm covenants and agrees to indemnify and hold harmless the Florida Keys Aqueduct Authority (FKAA) from any and all claims for bodily injury (including death), personal injury, and property damage (including attorney s fees) which arise out of, in connection with, or by reason of services provided by the Consulting firm or any of its Subcontractor in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the Consulting firm or its Subcontractor in any tier, their employees, or agents. GENERAL INSURANCE REQUIREMENTS The Consulting firm is responsible for ensuring that all such insurance obtained will extend protection to any Subcontractor firm who may perform any part of this contract or require any such Subcontractor firm to obtain insurance consistent with this section. Such insurance will be required during the entire term of the contract. Qualification packages shall include proof as evidence of the required insurance either Certificate(s) of Insurance or a certified copy of the actual insurance policy(ies). FKAA, at its sole discretion, has the right to request a certified copy of any or all insurance policies required by this section. Required insurance with the FKAA as the certificate holder must be provided prior to commencement of work. Insurance policies must be provided be a company authorized to transact business in the state of Florida and companies must maintain a minimum rating of A-, as assigned by the A.M. Best Company. The Commercial General Liability must include FKAA as an additional insured (Note: the proof of insurance included with the proposal does not have to include FKAA as an additional insured. (This will only be required of the awarded Consulting firm). Commercial General Liability with minimum limits of $ 1,000,000 Combined Single Limit to include, as a minimum: Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded Definition of Property Damage If coverage is provided on a claims made policy, its provisions should include coverage for which claims filed on or after the effect date of this contract. In addition, the period for which claims may be reported should extend for a minimum of twelve (12) months following the acceptance of work by FKAA. Vehicle Liability with combined single limits of $ 1,000,000 Combined Single Limit (CSL) to cover all vehicles to be used in fulfilling contract. Owned, Non-Owned and Hired Vehicles. Statutory Workers Compensation Benefits with Employer s Liability limits of not less than: (Or proof of exemption) $100,000 Bodily Injury 15 P a g e

$300,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Professional Liability with minimum limits of not less than $1,000,000. Forward all certificates of insurance to FKAA, Benefits and Insurance Administrator with geologist services identified on it. 16 P a g e